Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

GMCA Street Lighting Electrical Connections Framework Agreement 2025 - 2026 (2028)

  • Cyhoeddwyd gyntaf: 09 Gorffennaf 2024
  • Wedi'i addasu ddiwethaf: 09 Gorffennaf 2024
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-047b8c
Cyhoeddwyd gan:
Wigan Council
ID Awudurdod:
AA21359
Dyddiad cyhoeddi:
09 Gorffennaf 2024
Dyddiad Cau:
08 Awst 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The purpose of this tender is to put in place a framework agreement to procure street lighting electrical connections services. The framework agreement will consist of five lots, of which two of the lots will be distribution network operator (DNO) geographical lots and three will be independent distribution network operator (IDNO) lots. All providers must be accredited for the appropriate work categories under the National Electricity Registration Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent distribution network operator (DNO) electrical networks at any time during the term of the framework agreement. The distribution network operators for the two geographical lots are Electricity North West (Lot 1) and Scottish Power (Lot 2).The remaining three Independent Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL (Independent Power Networks) IDNO Sites (Lot 4) and ESP Electricity Limited IDNO Sites (Lot 5).

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Wigan Council

Town Hall, Library Street

Wigan

WN1 1YN

UK

Person cyswllt: Mr. Christopher Pennington

Ffôn: +44 1942489323

E-bost: C.Pennington@wigan.gov.uk

NUTS: UKD

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.wigan.gov.uk/

Cyfeiriad proffil y prynwr: http://www.wigan.gov.uk/

I.1) Enw a chyfeiriad

Bury Council

Town Hall, Knowsley Street

Bury

BL9 0SW

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.bury.gov.uk/

I.1) Enw a chyfeiriad

Manchester City Council

Town Hall, Albert Square

Manchester

M60 2LA

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.manchester.gov.uk/

I.1) Enw a chyfeiriad

Oldham Council

Civic Centre, West Street

Oldham

OL1 1UT

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.oldham.gov.uk/

I.1) Enw a chyfeiriad

Rochdale Council

Town Hall, The Esplanade

Rochdale

OL16 1AB

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.rochdale.gov.uk/

I.1) Enw a chyfeiriad

Salford City Council

Civic Centre, Chorley Road, Swinton

Salford

M27 5AW

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.salford.gov.uk/

I.1) Enw a chyfeiriad

Stockport Metropolitan Borough Council

Town Hall, Edward Street

Stockport

SK1 3XE

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.stockport.gov.uk/

I.1) Enw a chyfeiriad

Tameside Metropolitan Borough Council

Dukinfield Town Hall, King Street, Tameside

Dukinfield

SK16 4LA

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.tameside.gov.uk/

I.1) Enw a chyfeiriad

Trafford Council

Trafford Town Hall, Talbot Road

Stretford

M32 0TH

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.trafford.gov.uk/Home.aspx

I.1) Enw a chyfeiriad

Bolton Council

Victoria Square

Bolton

SK3 0XT

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.bolton.gov.uk/

I.1) Enw a chyfeiriad

Blackburn with Darwen Borough Council

King William Street

Blackburn

BB1 7DY

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD41

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.blackburn.gov.uk/

I.1) Enw a chyfeiriad

Blackpool Council

Municipal Buildings, Corporation Street

Blackpool

FY1 1NF

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD42

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.blackpool.gov.uk/Home.aspx

I.1) Enw a chyfeiriad

Cheshire East Borough Council

PO Box 622

Crewe

CW1 9JH

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD62

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.cheshireeast.gov.uk/home.aspx

I.1) Enw a chyfeiriad

Warrington Borough Council

New Town House, Buttermarket Street

Warrington

WA1 2NH

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD61

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.warrington.gov.uk/

I.1) Enw a chyfeiriad

Greater Manchester Combined Authority (GMCA) (which includes Greater Manchester Fire and Rescue Service)

Tootal Buildings, 56 Oxford Street

Manchester

M1 6EU

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.greatermanchester-ca.gov.uk/

I.1) Enw a chyfeiriad

Transport for Greater Manchester (TfGM)

2 Piccadilly Place

Manchester

M1 3BG

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://tfgm.com/

I.1) Enw a chyfeiriad

Greater Manchester Police (GMP) Contracting Authority: The PCC for GM

Central Park, Northampton Road

Manchester

M40 5BP

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gmp.police.uk/

I.1) Enw a chyfeiriad

Manchester Airport plc

Olympic House

Manchester

M90 1QX

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.manchesterairport.co.uk/

I.1) Enw a chyfeiriad

Lancashire County Council

PO Box 78, County Hall, Fishergate, Lancashire

Preston

PR1 8XJ

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD4

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.lancashire.gov.uk/

I.1) Enw a chyfeiriad

St. Helens Council

Wesley House, Corporation Street, Merseyside

St. Helens

WA10 1HF

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD7

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.sthelens.gov.uk/

I.1) Enw a chyfeiriad

Totally Local Company

Enterprise House, Oakhurst Drive

Stockport

SK3 0XT

UK

E-bost: info@totallylocalcompany.co.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.totallylocalcompany.co.uk/

I.1) Enw a chyfeiriad

Stockport Homes

Cornerstone, 2 Edward Street

Stockport

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.stockporthomes.org/

I.1) Enw a chyfeiriad

Rochdale Boroughwide Cultural Trust T/A Your Trust

Middleton Arena, Lance Corporal Joel Halliwell VC Way

Middleton

M24 1AG

UK

E-bost: admin@link4life.org

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.yourtrustrochdale.co.uk/

I.1) Enw a chyfeiriad

Trafford Leisure

Trafford

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD3

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://traffordleisure.co.uk/

I.1) Enw a chyfeiriad

Orbitas Bereavement Services Ltd

Crewe Cemetery Office, Market Close, Cheshire

Crewe

CW1 2NA

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD62

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.orbitas.co.uk

I.1) Enw a chyfeiriad

ANSA Environmental Services Ltd

Environmental Hub, Cledford Lane, Cheshire

Middlewich

CW10 0JR

UK

E-bost: procurement@wigan.gov.uk

NUTS: UKD62

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.ansa.co.uk

I.2) Caffael ar y cyd

Mae a wnelo’r contract â chaffael ar y cyd

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://procontract.due-north.com/Advert/Index?advertId=b8ea1cee-8c37-ef11-812d-005056b64545


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.the-chest.org.uk


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

GMCA Street Lighting Electrical Connections Framework Agreement 2025 - 2026 (2028)

Cyfeirnod: DN730587

II.1.2) Prif god CPV

50232100

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The purpose of this tender is to put in place a framework agreement to procure street lighting electrical connections services. The framework agreement will consist of five lots, of which two of the lots will be distribution network operator (DNO) geographical lots and three will be independent distribution network operator (IDNO) lots. All providers must be accredited for the appropriate work categories under the National Electricity Registration Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent distribution network operator (DNO) electrical networks at any time during the term of the framework agreement. The distribution network operators for the two geographical lots are Electricity North West (Lot 1) and Scottish Power (Lot 2).The remaining three Independent Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL (Independent Power Networks) IDNO Sites (Lot 4) and ESP Electricity Limited IDNO Sites (Lot 5).

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 15 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1: Electricity North West (ENW) Distribution Network Operator Geographical Region

II.2.2) Cod(au) CPV ychwanegol

34928500

45233139

45316100

45316110

45316211

II.2.3) Man cyflawni

Cod NUTS:

UKD


Prif safle neu fan cyflawni:

Various sites and geographical locations across North-West England.

II.2.4) Disgrifiad o’r caffaeliad

The purpose of this tender is to put in place a framework agreement to procure street lighting electrical connections services. The framework agreement will consist of five lots, of which two of the lots will be distribution network operator (DNO) geographical lots and three will be Independent Distribution Network Operator (IDNO) lots. All providers must be accredited for the appropriate work categories under the National Electricity Registration Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent distribution network operator (DNO) electrical networks at any time during the term of the framework agreement. The distribution network operators for the two geographical lots are Electricity North West (Lot 1) and Scottish Power (Lot 2). The remaining three Independent Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL(Independent Power Networks) IDNO Sites (Lot 4) and ESP Electricity Limited IDNO Sites (Lot 5). It is the intention to appoint a minimum of 3 providers to each lot subject to there being sufficient tenderers satisfying the criteria laid down within the tender process.

Services to be provided under the framework agreement will consist of street lighting electrical connections services (new connections, transfers and disconnections), including the erection and uprooting of lighting column, traffic sign pole, feeder pillar or illuminated traffic bollards, lantern/bracket installation or exchange, cut-out terminations and cabling installation works, and painting.

Contracts called-off from the framework agreement will be awarded on a cascade basis, with the tenderer submitting the Most Economically Advantageous Tender being appointed as the first provider to the relevant lot, which will be contacted in the first instance in respect of any service requirements. Should the first provider not have the capacity and/or capability and/or not be willing to provide the services then the second provider and third provider would be contacted in turn. Alternatively, contracting bodies accessing the framework agreement may re-open competition to all providers capable of meeting the requirement within the framework agreement via a ‘mini competition’ process within the applicable lot(s).

The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other participating authorities and organisational bodies as named within this Contract Notice. The Invitation to Tender documentation contains further details on those organisations intending to use the framework agreement at its outset and indicative call-off quantities. None of the named organisations will however be obliged to procure through the framework agreement. Economic operators should note that inclusion on the framework agreement is not a guarantee that any call-off contracts will be awarded.

The framework agreement will initially run for a period of 2 years and will allow for 2 further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework agreement will initially run for a period of 2 years and will allow for 2 further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

Lot 2 — Scottish Power Distribution Network Operator Geographical Region

II.2.2) Cod(au) CPV ychwanegol

34928500

45233139

45316100

45316110

45316211

II.2.3) Man cyflawni

Cod NUTS:

UKD


Prif safle neu fan cyflawni:

Various sites and geographical locations across North-West England.

II.2.4) Disgrifiad o’r caffaeliad

The purpose of this tender is to put in place a framework agreement to procure street lighting electrical connections services. The framework agreement will consist of 5 lots, of which two of the lots will be Distribution Network Operator (DNO) geographical lots and 3 will be Independent Distribution Network Operator (IDNO) lots. All providers must be accredited for the appropriate work categories under the National Electricity Registration Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent distribution network operator (DNO) electrical networks at any time during the term of the framework agreement. The distribution network operators for the two geographical lots are Electricity North West (Lot 1) and Scottish Power (Lot 2). The remaining three Independent Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL(Independent Power Networks) IDNO Sites (Lot 4) and ESP Electricity Ltd IDNO Sites (Lot 5). It is the intention to appoint a minimum of three providers to each lot subject to there being sufficient tenderers satisfying the criteria laid down within the tender process.

Services to be provided under the framework agreement will consist of street lighting electrical connections services (new connections, transfers and disconnections), including the erection and uprooting of lighting column, traffic sign pole, feeder pillar or illuminated traffic bollards, lantern/bracket installation or exchange, cut-out terminations and cabling installation works and painting.

Contracts called off from the framework agreement will be awarded on a cascade basis, with the tenderer submitting the most economically advantageous tender being appointed as the first provider to the relevant lot, which will be contacted in the first instance in respect of any service requirements. Should the first provider not have the capacity and/or capability and/or not be willing to provide the services then the second provider and third provider would be contacted in turn. Alternatively, contracting bodies accessing the framework agreement may re-open competition to all providers capable of meeting the requirement within the framework agreement via a ‘mini competition’ process within the applicable lot(s).

The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other participating authorities and organisational bodies as named within this contract notice. The invitation to tender documentation contains further details on those organisations intending to use the framework agreement at its outset and indicative call-off quantities. None of the named organisations will however be obliged to procure through the framework agreement. Economic operators should note that inclusion on the framework agreement is not a guarantee that any call-off contracts will be awarded.

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 3

II.2.1) Teitl

Lot 3: Energetics Independent Distribution Network Operator Sites

II.2.2) Cod(au) CPV ychwanegol

34928500

45233139

45316100

45316110

45316211

II.2.3) Man cyflawni

Cod NUTS:

UKD


Prif safle neu fan cyflawni:

Various sites and geographical locations across North-West England.

II.2.4) Disgrifiad o’r caffaeliad

The purpose of this tender is to put in place a framework agreement to procure street lighting electrical connections services. The framework agreement will consist of five lots, of which two of the lots will be distribution network operator (DNO) geographical lots and three will be Independent Distribution Network Operator (IDNO) lots. All providers must be accredited for the appropriate work categories under the National Electricity Registration Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent distribution network operator (DNO) electrical networks at any time during the term of the framework agreement. The distribution network operators for the two geographical lots are Electricity North West (Lot 1) and Scottish Power (Lot 2). The remaining three Independent Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL(Independent Power Networks) IDNO Sites (Lot 4) and ESP Electricity Ltd IDNO Sites (Lot 5). It is the intention to appoint a minimum of three providers to each lot subject to there being sufficient tenderers satisfying the criteria laid down within the tender process.

Services to be provided under the framework agreement will consist of street lighting electrical connections services (new connections, transfers and disconnections), including the erection and uprooting of lighting column, traffic sign pole, feeder pillar or illuminated traffic bollards, lantern/bracket installation or exchange, cut-out terminations and cabling installation works and painting.

Contracts called off from the framework agreement will be awarded on a cascade basis, with the tenderer submitting the most economically advantageous tender being appointed as the first provider to the relevant lot, which will be contacted in the first instance in respect of any service requirements. Should the first provider not have the capacity and/or capability and/or not be willing to provide the services then the second provider and third provider would be contacted in turn. Alternatively, contracting bodies accessing the framework agreement may re-open competition to all providers capable of meeting the requirement within the framework agreement via a ‘mini competition’ process within the applicable lot(s).

The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other participating authorities and organisational bodies as named within this contract notice. The invitation to tender documentation contains further details on those organisations intending to use the framework agreement at its outset and indicative call-off quantities. None of the named organisations will however be obliged to procure through the framework agreement. Economic operators should note that inclusion on the framework agreement is not a guarantee that any call-off contracts will be awarded.

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 4

II.2.1) Teitl

Lot 4: IPNL (Independent Power Networks) Independent Distribution Network Operator Sites

II.2.2) Cod(au) CPV ychwanegol

34928500

45233139

45316100

45316110

45316211

II.2.3) Man cyflawni

Cod NUTS:

UKD


Prif safle neu fan cyflawni:

Various sites and geographical locations across North-West England.

II.2.4) Disgrifiad o’r caffaeliad

The purpose of this tender is to put in place a framework agreement to procure street lighting electrical connections services. The framework agreement will consist of five lots, of which two of the lots will be distribution network operator (DNO) geographical lots and three will be Independent Distribution Network Operator (IDNO) lots. All providers must be accredited for the appropriate work categories under the National Electricity Registration Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent distribution network operator (DNO) electrical networks at any time during the term of the framework agreement. The distribution network operators for the two geographical lots are Electricity North West (Lot 1) and Scottish Power (Lot 2). The remaining three Independent Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL(Independent Power Networks) IDNO Sites (Lot 4) and ESP Electricity Ltd IDNO Sites (Lot 5). It is the intention to appoint a minimum of three providers to each lot subject to there being sufficient tenderers satisfying the criteria laid down within the tender process.

Services to be provided under the framework agreement will consist of street lighting electrical connections services (new connections, transfers and disconnections), including the erection and uprooting of lighting column, traffic sign pole, feeder pillar or illuminated traffic bollards, lantern/bracket installation or exchange, cut-out terminations and cabling installation works and painting.

Contracts called off from the framework agreement will be awarded on a cascade basis, with the tenderer submitting the most economically advantageous tender being appointed as the first provider to the relevant lot, which will be contacted in the first instance in respect of any service requirements. Should the first provider not have the capacity and/or capability and/or not be willing to provide the services then the second provider and third provider would be contacted in turn. Alternatively, contracting bodies accessing the framework agreement may re-open competition to all providers capable of meeting the requirement within the framework agreement via a ‘mini competition’ process within the applicable lot(s).

The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other participating authorities and organisational bodies as named within this contract notice. The invitation to tender documentation contains further details on those organisations intending to use the framework agreement at its outset and indicative call-off quantities. None of the named organisations will however be obliged to procure through the framework agreement. Economic operators should note that inclusion on the framework agreement is not a guarantee that any call-off contracts will be awarded.

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 5

II.2.1) Teitl

Lot 5: ESP Electricity Ltd Independent Distribution Network Operator Sites

II.2.2) Cod(au) CPV ychwanegol

34928500

45233139

45316100

45316110

45316211

II.2.3) Man cyflawni

Cod NUTS:

UKD


Prif safle neu fan cyflawni:

Various sites and geographical locations across North-West England.

II.2.4) Disgrifiad o’r caffaeliad

The purpose of this tender is to put in place a framework agreement to procure street lighting electrical connections services. The framework agreement will consist of five lots, of which two of the lots will be distribution network operator (DNO) geographical lots and three will be Independent Distribution Network Operator (IDNO) lots. All providers must be accredited for the appropriate work categories under the National Electricity Registration Scheme (NERS), presently operated by Lloyds Register, to operate on the incumbent distribution network operator (DNO) electrical networks at any time during the term of the framework agreement. The distribution network operators for the two geographical lots are Electricity North West (Lot 1) and Scottish Power (Lot 2). The remaining three Independent Distribution Network Operator lots will be Energetics IDNO Sites (Lot 3), IPNL(Independent Power Networks) IDNO Sites (Lot 4) and ESP Electricity Ltd IDNO Sites (Lot 5).

It is the intention to appoint a minimum of three providers to each lot subject to there being sufficient tenderers satisfying the criteria laid down within the tender process.

Services to be provided under the framework agreement will consist of street lighting electrical connections services (new connections, transfers and disconnections), including the erection and uprooting of lighting column, traffic sign pole, feeder pillar or illuminated traffic bollards, lantern/bracket installation or exchange, cut-out terminations and cabling installation works and painting.

Contracts called off from the framework agreement will be awarded on a cascade basis, with the tenderer submitting the most economically advantageous tender being appointed as the first provider to the relevant lot, which will be contacted in the first instance in respect of any service requirements. Should the first provider not have the capacity and/or capability and/or not be willing to provide the services then the second provider and third provider would be contacted in turn. Alternatively, contracting bodies accessing the framework agreement may re-open competition to all providers capable of meeting the requirement within the framework agreement via a ‘mini competition’ process within the applicable lot(s).

The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other participating authorities and organisational bodies as named within this contract notice. The invitation to tender documentation contains further details on those organisations intending to use the framework agreement at its outset and indicative call-off quantities. None of the named organisations will however be obliged to procure through the framework agreement. Economic operators should note that inclusion on the framework agreement is not a guarantee that any call-off contracts will be awarded.

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework agreement will initially run for a period of 2 years and will allow for two further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd:

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 08/08/2024

Amser lleol: 16:30

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 09/08/2024

Amser lleol: 10:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Royal Courts of Justice

Strand, Holborn

London

WC2A 2LL

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

In accordance with Part 3 — Remedies, Chapter 5 — Facilitation of Remedies, Regulations 86/87 (information about contract award procedures and the application of standstill period prior to contract award) and Part 3 — Remedies, Chapter 6 — Applications to the Court, Regulation 91 (enforcement of obligations), etc. of the EU Public Contracts Regulations 2015.

VI.5) Dyddiad anfon yr hysbysiad hwn

08/07/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34928500 Cyfarpar goleuadau stryd Dodrefn ffordd
45316211 Gosod arwyddion ffordd wedi’u goleuo Gwaith gosod systemau goleuo ac arwyddo
45316100 Gosod cyfarpar goleuo awyr agored Gwaith gosod systemau goleuo ac arwyddo
45316110 Gosod cyfarpar goleuo ffyrdd Gwaith gosod systemau goleuo ac arwyddo
45233139 Gwaith cynnal a chadw priffyrdd Gwasanaethau sy’n gysylltiedig ag adeiladu
50232100 Gwasanaethau cynnal a chadw goleuadau stryd Gwasanaethau cynnal a chadw cyfarpar goleuo cyhoeddus a goleuadau traffig

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
C.Pennington@wigan.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.