Award

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

WIGAN COUNCIL

This public procurement record has 3 releases in its history.

Award

06 Jan 2025 at 12:42

TenderUpdate

19 Jul 2024 at 11:43

Tender

08 Jul 2024 at 11:53

Summary of the contracting process

Wigan Council, alongside other collaborating authorities, has completed the procurement process for the "GMCA Street Lighting Electrical Connections Framework Agreement 2025 - 2026 (2028)". The procurement falls under the industry category of "Street-lighting maintenance services" and covers various geographical locations across North-West England. The framework agreement includes five lots, split between Distribution Network Operator (DNO) geographical lots and Independent Distribution Network Operator (IDNO) lots. Contracts have been awarded to multiple suppliers, such as Altitude Services Limited and Amey Highways Limited, with the signing date of 17th December 2024. Key services include new street lighting connections, transfers, disconnections, and related infrastructure maintenance.

This tender presents significant opportunities for businesses involved in street lighting services. It encourages SMEs to compete, as demonstrated by the multiple lot allocation to both small and large enterprises. The framework's structure also promotes business growth by allowing contractors to bid on various lots and leveraging additional competition for call-off contracts. The framework is ideal for firms accredited by the National Electricity Registration Scheme (NERS) and experienced in street lighting equipment installation and maintenance, providing broad exposure to a wide range of contracting authorities within the Greater Manchester Combined Authority and beyond.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice Description

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).

Lot Information

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

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.

Renewal: 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.

Lot 2 - Scottish Power Distribution Network Operator Geographical Region

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.

Renewal: 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.

Lot 3 - Energetics Independent Distribution Network Operator Sites

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.

Renewal: 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.

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

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.

Renewal: 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.

Lot 5 - ESP Electricity Ltd Independent Distribution Network Operator Sites

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-047b8c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000185-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

45 - Construction work

50 - Repair and maintenance services


CPV Codes

34928500 - Street-lighting equipment

45233139 - Highway maintenance work

45316100 - Installation of outdoor illumination equipment

45316110 - Installation of road lighting equipment

45316211 - Installation of illuminated road signs

50232100 - Street-lighting maintenance services

Notice Value(s)

Tender Value
£15,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£15,000,000 £10M-£100M

Notice Dates

Publication Date
6 Jan 20251 years ago
Submission Deadline
8 Aug 2024Expired
Future Notice Date
Not specified
Award Date
17 Dec 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
WIGAN COUNCIL
Additional Buyers

ANSA ENVIRONMENTAL SERVICES LTD

BLACKBURN WITH DARWEN BOROUGH COUNCIL

BLACKPOOL COUNCIL

BOLTON COUNCIL

BURY COUNCIL

CHESHIRE EAST BOROUGH COUNCIL

GREATER MANCHESTER COMBINED AUTHORITY (GMCA) (WHICH INCLUDES GREATER MANCHESTER FIRE AND RESCUE SERVICE)

GREATER MANCHESTER POLICE (GMP) CONTRACTING AUTHORITY: THE PCC FOR GM

LANCASHIRE COUNTY COUNCIL

MANCHESTER AIRPORT PLC

MANCHESTER CITY COUNCIL

OLDHAM COUNCIL

ORBITAS BEREAVEMENT SERVICES LTD

ROCHDALE BOROUGHWIDE CULTURAL TRUST T/A YOUR TRUST

ROCHDALE COUNCIL

SALFORD CITY COUNCIL

ST. HELENS COUNCIL

STOCKPORT HOMES

STOCKPORT METROPOLITAN BOROUGH COUNCIL

TAMESIDE METROPOLITAN BOROUGH COUNCIL

TOTALLY LOCAL COMPANY

TRAFFORD COUNCIL

TRAFFORD LEISURE

TRANSPORT FOR GREATER MANCHESTER (TFGM)

WARRINGTON BOROUGH COUNCIL

Contact Name
Mr. Christopher Pennington
Contact Email
admin@link4life.org, c.pennington@wigan.gov.uk, info@totallylocalcompany.co.uk, procurement@wigan.gov.uk
Contact Phone
+44 1942489323

Buyer Location

Locality
WIGAN
Postcode
WN1 1YN
Post Town
Wigan
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD3 Greater Manchester
Small Region (ITL 3)
TLD36 Greater Manchester North West
Delivery Location
TLD North West (England)

Local Authority
Bolton
Electoral Ward
Queens Park & Central
Westminster Constituency
Bolton North East

Supplier Information

Number of Suppliers
4
Supplier Names

ALTITUDE SERVICES

AMEY HIGHWAYS

E.ON ENERGY SOLUTIONS

J MCCANN AND

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-047b8c-2025-01-06T12:42:23Z",
    "date": "2025-01-06T12:42:23Z",
    "ocid": "ocds-h6vhtk-047b8c",
    "initiationType": "tender",
    "tender": {
        "id": "DN730587",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "GMCA Street Lighting Electrical Connections Framework Agreement 2025 - 2026 (2028)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50232100",
            "description": "Street-lighting maintenance services"
        },
        "mainProcurementCategory": "services",
        "description": "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).",
        "value": {
            "amount": 15000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Electricity North West (ENW) Distribution Network Operator Geographical Region",
                "description": "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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Quality Assurance",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Business Continuity",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Management Information",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Health and Safety at Work",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Training",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Exit Planning",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Scottish Power Distribution Network Operator Geographical Region",
                "description": "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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Quality Assurance",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Business Continuity",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Management Information",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Health and Safety at Work",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Training",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Exit Planning",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - Energetics Independent Distribution Network Operator Sites",
                "description": "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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Quality Assurance",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Business Continuity",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Management Information",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Health and Safety at Work",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Training",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Exit Planning",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                }
            },
            {
                "id": "4",
                "title": "Lot 4 - IPNL (Independent Power Networks) Independent Distribution Network Operator Sites",
                "description": "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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Quality Assurance",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Business Continuity",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Management Information",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Health and Safety at Work",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Training",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Exit Planning",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                }
            },
            {
                "id": "5",
                "title": "Lot 5 - ESP Electricity Ltd Independent Distribution Network Operator Sites",
                "description": "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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Quality Assurance",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Business Continuity",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Management Information",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Health and Safety at Work",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Training",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Exit Planning",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316100",
                        "description": "Installation of outdoor illumination equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316211",
                        "description": "Installation of illuminated road signs"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKD"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various sites and geographical locations across North-West England."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316100",
                        "description": "Installation of outdoor illumination equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316211",
                        "description": "Installation of illuminated road signs"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKD"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various sites and geographical locations across North-West England."
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316100",
                        "description": "Installation of outdoor illumination equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316211",
                        "description": "Installation of illuminated road signs"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKD"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various sites and geographical locations across North-West England."
                },
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316100",
                        "description": "Installation of outdoor illumination equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316211",
                        "description": "Installation of illuminated road signs"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKD"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various sites and geographical locations across North-West England."
                },
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316100",
                        "description": "Installation of outdoor illumination equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316211",
                        "description": "Installation of illuminated road signs"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKD"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various sites and geographical locations across North-West England."
                },
                "relatedLot": "5"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.the-chest.org.uk",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-08-08T16:30:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2024-08-09T10:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-08-09T10:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "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.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-08-08T16:30:00+01:00"
                        },
                        "newValue": {
                            "date": "2024-08-23T17:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit for receipt of tenders or requests to participate"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2024-08-09T10:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2024-08-27T10:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-28166",
            "name": "Wigan Council",
            "identifier": {
                "legalName": "Wigan Council"
            },
            "address": {
                "streetAddress": "Town Hall, Library Street",
                "locality": "Wigan",
                "region": "UKD",
                "postalCode": "WN1 1YN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr. Christopher Pennington",
                "telephone": "+44 1942489323",
                "email": "C.Pennington@wigan.gov.uk",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=b8ea1cee-8c37-ef11-812d-005056b64545"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.wigan.gov.uk/",
                "buyerProfile": "http://www.wigan.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-6137",
            "name": "Bury Council",
            "identifier": {
                "legalName": "Bury Council"
            },
            "address": {
                "streetAddress": "Town Hall, Knowsley Street",
                "locality": "Bury",
                "region": "UKD3",
                "postalCode": "BL9 0SW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.bury.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25181",
            "name": "Manchester City Council",
            "identifier": {
                "legalName": "Manchester City Council"
            },
            "address": {
                "streetAddress": "Town Hall, Albert Square",
                "locality": "Manchester",
                "region": "UKD3",
                "postalCode": "M60 2LA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.manchester.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-12247",
            "name": "Oldham Council",
            "identifier": {
                "legalName": "Oldham Council"
            },
            "address": {
                "streetAddress": "Civic Centre, West Street",
                "locality": "Oldham",
                "region": "UKD3",
                "postalCode": "OL1 1UT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.oldham.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25182",
            "name": "Rochdale Council",
            "identifier": {
                "legalName": "Rochdale Council"
            },
            "address": {
                "streetAddress": "Town Hall, The Esplanade",
                "locality": "Rochdale",
                "region": "UKD3",
                "postalCode": "OL16 1AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.rochdale.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25183",
            "name": "Salford City Council",
            "identifier": {
                "legalName": "Salford City Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Chorley Road, Swinton",
                "locality": "Salford",
                "region": "UKD3",
                "postalCode": "M27 5AW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.salford.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-14847",
            "name": "Stockport Metropolitan Borough Council",
            "identifier": {
                "legalName": "Stockport Metropolitan Borough Council"
            },
            "address": {
                "streetAddress": "Town Hall, Edward Street",
                "locality": "Stockport",
                "region": "UKD3",
                "postalCode": "SK1 3XE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.stockport.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25184",
            "name": "Tameside Metropolitan Borough Council",
            "identifier": {
                "legalName": "Tameside Metropolitan Borough Council"
            },
            "address": {
                "streetAddress": "Dukinfield Town Hall, King Street, Tameside",
                "locality": "Dukinfield",
                "region": "UKD3",
                "postalCode": "SK16 4LA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.tameside.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25185",
            "name": "Trafford Council",
            "identifier": {
                "legalName": "Trafford Council"
            },
            "address": {
                "streetAddress": "Trafford Town Hall, Talbot Road",
                "locality": "Stretford",
                "region": "UKD3",
                "postalCode": "M32 0TH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.trafford.gov.uk/Home.aspx"
            }
        },
        {
            "id": "GB-FTS-117766",
            "name": "Bolton Council",
            "identifier": {
                "legalName": "Bolton Council"
            },
            "address": {
                "streetAddress": "Victoria Square",
                "locality": "Bolton",
                "region": "UKD3",
                "postalCode": "SK3 0XT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.bolton.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25186",
            "name": "Blackburn with Darwen Borough Council",
            "identifier": {
                "legalName": "Blackburn with Darwen Borough Council"
            },
            "address": {
                "streetAddress": "King William Street",
                "locality": "Blackburn",
                "region": "UKD41",
                "postalCode": "BB1 7DY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.blackburn.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25187",
            "name": "Blackpool Council",
            "identifier": {
                "legalName": "Blackpool Council"
            },
            "address": {
                "streetAddress": "Municipal Buildings, Corporation Street",
                "locality": "Blackpool",
                "region": "UKD42",
                "postalCode": "FY1 1NF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.blackpool.gov.uk/Home.aspx"
            }
        },
        {
            "id": "GB-FTS-117767",
            "name": "Cheshire East Borough Council",
            "identifier": {
                "legalName": "Cheshire East Borough Council"
            },
            "address": {
                "streetAddress": "PO Box 622",
                "locality": "Crewe",
                "region": "UKD62",
                "postalCode": "CW1 9JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cheshireeast.gov.uk/home.aspx"
            }
        },
        {
            "id": "GB-FTS-3627",
            "name": "Warrington Borough Council",
            "identifier": {
                "legalName": "Warrington Borough Council"
            },
            "address": {
                "streetAddress": "New Town House, Buttermarket Street",
                "locality": "Warrington",
                "region": "UKD61",
                "postalCode": "WA1 2NH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.warrington.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-117768",
            "name": "Greater Manchester Combined Authority (GMCA) (which includes Greater Manchester Fire and Rescue Service)",
            "identifier": {
                "legalName": "Greater Manchester Combined Authority (GMCA) (which includes Greater Manchester Fire and Rescue Service)"
            },
            "address": {
                "streetAddress": "Tootal Buildings, 56 Oxford Street",
                "locality": "Manchester",
                "region": "UKD3",
                "postalCode": "M1 6EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.greatermanchester-ca.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25190",
            "name": "Transport for Greater Manchester (TfGM)",
            "identifier": {
                "legalName": "Transport for Greater Manchester (TfGM)"
            },
            "address": {
                "streetAddress": "2 Piccadilly Place",
                "locality": "Manchester",
                "region": "UKD3",
                "postalCode": "M1 3BG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfgm.com/"
            }
        },
        {
            "id": "GB-FTS-117769",
            "name": "Greater Manchester Police (GMP) Contracting Authority: The PCC for GM",
            "identifier": {
                "legalName": "Greater Manchester Police (GMP) Contracting Authority: The PCC for GM"
            },
            "address": {
                "streetAddress": "Central Park, Northampton Road",
                "locality": "Manchester",
                "region": "UKD3",
                "postalCode": "M40 5BP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gmp.police.uk/"
            }
        },
        {
            "id": "GB-FTS-25193",
            "name": "Manchester Airport plc",
            "identifier": {
                "legalName": "Manchester Airport plc"
            },
            "address": {
                "streetAddress": "Olympic House",
                "locality": "Manchester",
                "region": "UKD3",
                "postalCode": "M90 1QX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.manchesterairport.co.uk/"
            }
        },
        {
            "id": "GB-FTS-25194",
            "name": "Lancashire County Council",
            "identifier": {
                "legalName": "Lancashire County Council"
            },
            "address": {
                "streetAddress": "PO Box 78, County Hall, Fishergate, Lancashire",
                "locality": "Preston",
                "region": "UKD4",
                "postalCode": "PR1 8XJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.lancashire.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25195",
            "name": "St. Helens Council",
            "identifier": {
                "legalName": "St. Helens Council"
            },
            "address": {
                "streetAddress": "Wesley House, Corporation Street, Merseyside",
                "locality": "St. Helens",
                "region": "UKD7",
                "postalCode": "WA10 1HF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.sthelens.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25196",
            "name": "Totally Local Company",
            "identifier": {
                "legalName": "Totally Local Company"
            },
            "address": {
                "streetAddress": "Enterprise House, Oakhurst Drive",
                "locality": "Stockport",
                "region": "UKD3",
                "postalCode": "SK3 0XT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "info@totallylocalcompany.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.totallylocalcompany.co.uk/"
            }
        },
        {
            "id": "GB-FTS-117770",
            "name": "Stockport Homes",
            "identifier": {
                "legalName": "Stockport Homes"
            },
            "address": {
                "streetAddress": "Cornerstone, 2 Edward Street",
                "locality": "Stockport",
                "region": "UKD3",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.stockporthomes.org/"
            }
        },
        {
            "id": "GB-FTS-117771",
            "name": "Rochdale Boroughwide Cultural Trust T/A Your Trust",
            "identifier": {
                "legalName": "Rochdale Boroughwide Cultural Trust T/A Your Trust"
            },
            "address": {
                "streetAddress": "Middleton Arena, Lance Corporal Joel Halliwell VC Way",
                "locality": "Middleton",
                "region": "UKD3",
                "postalCode": "M24 1AG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "admin@link4life.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.yourtrustrochdale.co.uk/"
            }
        },
        {
            "id": "GB-FTS-117772",
            "name": "Trafford Leisure",
            "identifier": {
                "legalName": "Trafford Leisure"
            },
            "address": {
                "locality": "Trafford",
                "region": "UKD3",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://traffordleisure.co.uk/"
            }
        },
        {
            "id": "GB-FTS-25200",
            "name": "Orbitas Bereavement Services Ltd",
            "identifier": {
                "legalName": "Orbitas Bereavement Services Ltd"
            },
            "address": {
                "streetAddress": "Crewe Cemetery Office, Market Close, Cheshire",
                "locality": "Crewe",
                "region": "UKD62",
                "postalCode": "CW1 2NA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.orbitas.co.uk"
            }
        },
        {
            "id": "GB-FTS-25201",
            "name": "ANSA Environmental Services Ltd",
            "identifier": {
                "legalName": "ANSA Environmental Services Ltd"
            },
            "address": {
                "streetAddress": "Environmental Hub, Cledford Lane, Cheshire",
                "locality": "Middlewich",
                "region": "UKD62",
                "postalCode": "CW10 0JR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.ansa.co.uk"
            }
        },
        {
            "id": "GB-FTS-587",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand, Holborn",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-12252",
            "name": "Bolton Council",
            "identifier": {
                "legalName": "Bolton Council"
            },
            "address": {
                "streetAddress": "Victoria Square",
                "locality": "Bolton",
                "region": "UKD3",
                "postalCode": "BL1 1RU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.bolton.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-118983",
            "name": "Manchester Airport plc",
            "identifier": {
                "legalName": "Manchester Airport plc"
            },
            "address": {
                "streetAddress": "Olympic House",
                "locality": "Manchester",
                "region": "UKD3",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.manchesterairport.co.uk/"
            }
        },
        {
            "id": "GB-FTS-118984",
            "name": "Orbitas Bereavement Services Ltd",
            "identifier": {
                "legalName": "Orbitas Bereavement Services Ltd"
            },
            "address": {
                "streetAddress": "Crewe Cemetery Office, Market Close, Cheshire",
                "locality": "Crewe",
                "region": "UKD62",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.orbitas.co.uk"
            }
        },
        {
            "id": "GB-FTS-133967",
            "name": "Altitude Services Limited",
            "identifier": {
                "legalName": "Altitude Services Limited"
            },
            "address": {
                "streetAddress": "Bird Hall Cottage, Rowlands Road",
                "locality": "Bury",
                "region": "UKD3",
                "postalCode": "BL9 5PA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-133968",
            "name": "Amey Highways Limited",
            "identifier": {
                "legalName": "Amey Highways Limited"
            },
            "address": {
                "streetAddress": "Chancery Exchange, 10 Furnival Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC4A 1AB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-35924",
            "name": "E.ON Energy Solutions Limited",
            "identifier": {
                "legalName": "E.ON Energy Solutions Limited"
            },
            "address": {
                "streetAddress": "Westwood Way, Westwood Business Park",
                "locality": "Coventry",
                "region": "UKG13",
                "postalCode": "CV4 8LG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-72475",
            "name": "J McCann and Co Limited",
            "identifier": {
                "legalName": "J McCann and Co Limited"
            },
            "address": {
                "streetAddress": "McCann House, 110 Nottingham Road, Chilwell",
                "locality": "Nottingham",
                "region": "UKF14",
                "postalCode": "NG9 6DQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-28166",
        "name": "Wigan Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "000185-2025-1",
            "title": "Lot 1 - Electricity North West (ENW) Distribution Network Operator Geographical Region",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-133967",
                    "name": "Altitude Services Limited"
                },
                {
                    "id": "GB-FTS-133968",
                    "name": "Amey Highways Limited"
                },
                {
                    "id": "GB-FTS-35924",
                    "name": "E.ON Energy Solutions Limited"
                },
                {
                    "id": "GB-FTS-72475",
                    "name": "J McCann and Co Limited"
                }
            ]
        },
        {
            "id": "000185-2025-2",
            "title": "Lot 2 - Scottish Power Distribution Network Operator Geographical Region",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-133967",
                    "name": "Altitude Services Limited"
                },
                {
                    "id": "GB-FTS-133968",
                    "name": "Amey Highways Limited"
                },
                {
                    "id": "GB-FTS-35924",
                    "name": "E.ON Energy Solutions Limited"
                },
                {
                    "id": "GB-FTS-72475",
                    "name": "J McCann and Co Limited"
                }
            ]
        },
        {
            "id": "000185-2025-3",
            "title": "Lot 3 - Energetics Independent Distribution Network Operator Sites",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-133967",
                    "name": "Altitude Services Limited"
                },
                {
                    "id": "GB-FTS-35924",
                    "name": "E.ON Energy Solutions Limited"
                },
                {
                    "id": "GB-FTS-72475",
                    "name": "J McCann and Co Limited"
                }
            ]
        },
        {
            "id": "000185-2025-4",
            "title": "Lot 4 - IPNL (Independent Power Networks) Independent Distribution Network Operator Sites",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-133967",
                    "name": "Altitude Services Limited"
                },
                {
                    "id": "GB-FTS-35924",
                    "name": "E.ON Energy Solutions Limited"
                },
                {
                    "id": "GB-FTS-72475",
                    "name": "J McCann and Co Limited"
                }
            ]
        },
        {
            "id": "000185-2025-5",
            "title": "Lot 5 - ESP Electricity Ltd Independent Distribution Network Operator Sites",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-133967",
                    "name": "Altitude Services Limited"
                },
                {
                    "id": "GB-FTS-35924",
                    "name": "E.ON Energy Solutions Limited"
                },
                {
                    "id": "GB-FTS-72475",
                    "name": "J McCann and Co Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "000185-2025-1",
            "awardID": "000185-2025-1",
            "title": "Lot 1 - Electricity North West (ENW) Distribution Network Operator Geographical Region",
            "status": "active",
            "value": {
                "amount": 15000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-12-17T00:00:00Z"
        },
        {
            "id": "000185-2025-2",
            "awardID": "000185-2025-2",
            "title": "Lot 2 - Scottish Power Distribution Network Operator Geographical Region",
            "status": "active",
            "value": {
                "amount": 15000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-12-17T00:00:00Z"
        },
        {
            "id": "000185-2025-3",
            "awardID": "000185-2025-3",
            "title": "Lot 3 - Energetics Independent Distribution Network Operator Sites",
            "status": "active",
            "value": {
                "amount": 15000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-12-17T00:00:00Z"
        },
        {
            "id": "000185-2025-4",
            "awardID": "000185-2025-4",
            "title": "Lot 4 - IPNL (Independent Power Networks) Independent Distribution Network Operator Sites",
            "status": "active",
            "value": {
                "amount": 15000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-12-17T00:00:00Z"
        },
        {
            "id": "000185-2025-5",
            "awardID": "000185-2025-5",
            "title": "Lot 5 - ESP Electricity Ltd Independent Distribution Network Operator Sites",
            "status": "active",
            "value": {
                "amount": 15000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-12-17T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 5
            },
            {
                "id": "6",
                "measure": "bids",
                "value": 5
            },
            {
                "id": "11",
                "measure": "bids",
                "value": 4
            },
            {
                "id": "16",
                "measure": "bids",
                "value": 4
            },
            {
                "id": "21",
                "measure": "bids",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "value": 2
            },
            {
                "id": "7",
                "measure": "smeBids",
                "value": 2
            },
            {
                "id": "12",
                "measure": "smeBids",
                "value": 2
            },
            {
                "id": "17",
                "measure": "smeBids",
                "value": 2
            },
            {
                "id": "22",
                "measure": "smeBids",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "value": 0
            },
            {
                "id": "18",
                "measure": "foreignBidsFromEU",
                "value": 0
            },
            {
                "id": "23",
                "measure": "foreignBidsFromEU",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "value": 0
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "value": 0
            },
            {
                "id": "19",
                "measure": "foreignBidsFromNonEU",
                "value": 0
            },
            {
                "id": "24",
                "measure": "foreignBidsFromNonEU",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "value": 5
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "value": 5
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "value": 4
            },
            {
                "id": "20",
                "measure": "electronicBids",
                "value": 4
            },
            {
                "id": "25",
                "measure": "electronicBids",
                "value": 4
            }
        ]
    }
}