Planning

Electrical Framework

LIVERPOOL CITY REGION COMBINED AUTHORITY

This public procurement record has 1 release in its history.

Planning

09 Feb 2026 at 15:22

Summary of the contracting process

The Liverpool City Region Combined Authority has announced a planned procurement process for the establishment of a multi-supplier Electrical Services Framework. This initiative, titled "Electrical Framework," falls under the works category, with the procurement stage currently in the planning phase. The open procedure procurement aims to facilitate electrical services across various estate locations, including office buildings, transport facilities, and public-facing structures within region UKD72. The framework is structured into two lots, covering minor and major electrical works, with the submission deadline set for 1st April 2026, and anticipated awards by the end of April 2026.

This tender offers significant business growth opportunities, particularly for firms specialising in electrical installation and maintenance. Businesses that can deliver minor repairs and major refurbishments will find potential for long-term collaboration. The framework encourages participation from small and medium enterprises and is suitable for firms that can operate efficiently in complex environments. Given the variety of works, businesses providing bespoke solutions for electrical upgrades, compliance, and maintenance projects would be well-suited to compete in this procurement process. Successful bidders could benefit from an extended engagement, up to four years, providing ample time to achieve substantial growth.

How relevant is this notice?

Notice Information

Notice Title

Electrical Framework

Notice Description

Liverpool City Region Combined Authority (LCRCA) is seeking to establish a multi-supplier Electrical Services Framework Agreement to support the delivery of electrical works across its estate. The framework will be used to appoint competent electrical contractors to undertake a wide range of electrical services, covering both minor and major works, as required by the Authority over the term of the framework. 2. Purpose of the Framework The purpose of this framework is to provide LCRCA with a compliant, flexible, and efficient mechanism to procure electrical works across all Authority-owned and operated properties, assets, and locations. The framework will support: Planned and reactive maintenance Statutory compliance works Refurbishment and upgrade projects Capital works and major installations Framework Structure and Lots he framework will be divided into two (2) Lots, allowing suppliers to tender for one or both Lots, subject to meeting the relevant technical and financial requirements. LOT 1 - Minor Electrical Works Scope of Works Lot 1 will cover minor and low-value electrical works undertaken across the LCRCA estate. These works are typically reactive, short-duration, or low-complexity in nature and may be instructed at short notice. This will be a single supplier awarded LOT. Typical works under Lot 1 may include, but are not limited to: Minor repairs and fault finding Replacement of sockets, switches, lighting fittings, and accessories Emergency call-outs and reactive maintenance Small-scale alterations or additions to existing electrical installations Testing and inspection of minor works Portable Appliance Testing (PAT), where required Minor remedial works arising from inspection reports Works are expected to be undertaken in occupied buildings and operational environments, requiring contractors to work safely, efficiently, and with minimal disruption. LOT 2 - Major Electrical Works Scope of Works Lot 2 will cover major, planned, and higher-value electrical works across the LCRCA estate. These works are likely to involve larger projects, higher levels of coordination, and more complex technical requirements. This will be a multiple supplier awarded framework LOT Typical works under Lot 2 may include, but are not limited to: Full or partial electrical refurbishments New electrical installations Major upgrades to existing systems Power distribution upgrades and new supplies Lighting upgrades (including energy efficiency and compliance schemes) Electrical works associated with capital projects and building refurbishments Remedial works arising from condition surveys or statutory inspections Integration with other building services or construction works Suppliers appointed to Lot 2 may be required to work collaboratively with other contractors, consultants, and stakeholders as part of wider project delivery. Estate Coverage The framework will be used across all LCRCA estates, which may include (but are not limited to): Office buildings Operational and transport-related facilities Public-facing buildings Tunnel / Marine Operations Plant rooms, external assets, and ancillary spaces Exact locations and volumes of work cannot be guaranteed and will be dependent on operational requirements during the framework term.

Lot Information

Minor Electrical Works

LOT 1 - Minor Electrical Works Scope of Works Lot 1 will cover minor and low-value electrical works undertaken across the LCRCA estate. These works are typically reactive, short-duration, or low-complexity in nature and may be instructed at short notice. Typical works under Lot 1 may include, but are not limited to: Minor repairs and fault finding Replacement of sockets, switches, lighting fittings, and accessories Emergency call-outs and reactive maintenance Small-scale alterations or additions to existing electrical installations Testing and inspection of minor works Portable Appliance Testing (PAT), where required Minor remedial works arising from inspection reports Works are expected to be undertaken in occupied buildings and operational environments, requiring contractors to work safely, efficiently, and with minimal disruption.

Major Electrical Works

Scope of Works Lot 2 will cover major, planned, and higher-value electrical works across the LCRCA estate. These works are likely to involve larger projects, higher levels of coordination, and more complex technical requirements. Typical works under Lot 2 may include, but are not limited to: Full or partial electrical refurbishments New electrical installations Major upgrades to existing systems Power distribution upgrades and new supplies Lighting upgrades (including energy efficiency and compliance schemes) Tunnel and Marine Works Electrical works associated with capital projects and building refurbishments Remedial works arising from condition surveys or statutory inspections Integration with other building services or construction works Suppliers appointed to Lot 2 may be required to work collaboratively with other contractors, consultants, and stakeholders as part of wider project delivery. LOT 2 is a multiple supplier awarding LOT.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-064b64
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011468-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK3 - Planned Procurement Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

45 - Construction work

51 - Installation services (except software)


CPV Codes

31681410 - Electrical materials

45310000 - Electrical installation work

51100000 - Installation services of electrical and mechanical equipment

Notice Value(s)

Tender Value
£8,000,000 £1M-£10M
Lots Value
£8,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Feb 2026Today
Submission Deadline
1 Apr 20262 months to go
Future Notice Date
1 Mar 20263 weeks to go
Award Date
Not specified
Contract Period
30 Apr 2026 - 30 Apr 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
LIVERPOOL CITY REGION COMBINED AUTHORITY
Contact Name
Not specified
Contact Email
procurement@liverpoolcityregion-ca.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LIVERPOOL
Postcode
L3 1BP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
TLD72 Liverpool

Local Authority
Liverpool
Electoral Ward
Waterfront South
Westminster Constituency
Liverpool Riverside

Further Information

Notice Documents

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-064b64-2026-02-09T15:22:08Z",
    "date": "2026-02-09T15:22:08Z",
    "ocid": "ocds-h6vhtk-064b64",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "011468-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011468-2026",
                "datePublished": "2026-02-09T15:22:08Z",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PNDZ-8253-CJJM",
            "name": "Liverpool City Region Combined Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNDZ-8253-CJJM"
            },
            "address": {
                "streetAddress": "1 Mann Island",
                "locality": "Liverpool",
                "postalCode": "L3 1BP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD72"
            },
            "contactPoint": {
                "email": "Procurement@liverpoolcityregion-ca.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNDZ-8253-CJJM",
        "name": "Liverpool City Region Combined Authority"
    },
    "tender": {
        "id": "ocds-h6vhtk-064b64",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Electrical Framework",
        "description": "Liverpool City Region Combined Authority (LCRCA) is seeking to establish a multi-supplier Electrical Services Framework Agreement to support the delivery of electrical works across its estate. The framework will be used to appoint competent electrical contractors to undertake a wide range of electrical services, covering both minor and major works, as required by the Authority over the term of the framework. 2. Purpose of the Framework The purpose of this framework is to provide LCRCA with a compliant, flexible, and efficient mechanism to procure electrical works across all Authority-owned and operated properties, assets, and locations. The framework will support: Planned and reactive maintenance Statutory compliance works Refurbishment and upgrade projects Capital works and major installations Framework Structure and Lots he framework will be divided into two (2) Lots, allowing suppliers to tender for one or both Lots, subject to meeting the relevant technical and financial requirements. LOT 1 - Minor Electrical Works Scope of Works Lot 1 will cover minor and low-value electrical works undertaken across the LCRCA estate. These works are typically reactive, short-duration, or low-complexity in nature and may be instructed at short notice. This will be a single supplier awarded LOT. Typical works under Lot 1 may include, but are not limited to: Minor repairs and fault finding Replacement of sockets, switches, lighting fittings, and accessories Emergency call-outs and reactive maintenance Small-scale alterations or additions to existing electrical installations Testing and inspection of minor works Portable Appliance Testing (PAT), where required Minor remedial works arising from inspection reports Works are expected to be undertaken in occupied buildings and operational environments, requiring contractors to work safely, efficiently, and with minimal disruption. LOT 2 - Major Electrical Works Scope of Works Lot 2 will cover major, planned, and higher-value electrical works across the LCRCA estate. These works are likely to involve larger projects, higher levels of coordination, and more complex technical requirements. This will be a multiple supplier awarded framework LOT Typical works under Lot 2 may include, but are not limited to: Full or partial electrical refurbishments New electrical installations Major upgrades to existing systems Power distribution upgrades and new supplies Lighting upgrades (including energy efficiency and compliance schemes) Electrical works associated with capital projects and building refurbishments Remedial works arising from condition surveys or statutory inspections Integration with other building services or construction works Suppliers appointed to Lot 2 may be required to work collaboratively with other contractors, consultants, and stakeholders as part of wider project delivery. Estate Coverage The framework will be used across all LCRCA estates, which may include (but are not limited to): Office buildings Operational and transport-related facilities Public-facing buildings Tunnel / Marine Operations Plant rooms, external assets, and ancillary spaces Exact locations and volumes of work cannot be guaranteed and will be dependent on operational requirements during the framework term.",
        "status": "planned",
        "items": [
            {
                "id": "LOT 1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31681410",
                        "description": "Electrical materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD72",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT 1"
            },
            {
                "id": "LOT 2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31681410",
                        "description": "Electrical materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD72",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT 2"
            }
        ],
        "value": {
            "amountGross": 10000000,
            "amount": 8000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "type": "closed"
            }
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-01T23:59:59+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-30T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "LOT 1",
                "title": "Minor Electrical Works",
                "description": "LOT 1 - Minor Electrical Works Scope of Works Lot 1 will cover minor and low-value electrical works undertaken across the LCRCA estate. These works are typically reactive, short-duration, or low-complexity in nature and may be instructed at short notice. Typical works under Lot 1 may include, but are not limited to: Minor repairs and fault finding Replacement of sockets, switches, lighting fittings, and accessories Emergency call-outs and reactive maintenance Small-scale alterations or additions to existing electrical installations Testing and inspection of minor works Portable Appliance Testing (PAT), where required Minor remedial works arising from inspection reports Works are expected to be undertaken in occupied buildings and operational environments, requiring contractors to work safely, efficiently, and with minimal disruption.",
                "status": "planned",
                "value": {
                    "amountGross": 10000000,
                    "amount": 8000000,
                    "currency": "GBP"
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2030-04-30T23:59:59+01:00"
                }
            },
            {
                "id": "LOT 2",
                "title": "Major Electrical Works",
                "description": "Scope of Works Lot 2 will cover major, planned, and higher-value electrical works across the LCRCA estate. These works are likely to involve larger projects, higher levels of coordination, and more complex technical requirements. Typical works under Lot 2 may include, but are not limited to: Full or partial electrical refurbishments New electrical installations Major upgrades to existing systems Power distribution upgrades and new supplies Lighting upgrades (including energy efficiency and compliance schemes) Tunnel and Marine Works Electrical works associated with capital projects and building refurbishments Remedial works arising from condition surveys or statutory inspections Integration with other building services or construction works Suppliers appointed to Lot 2 may be required to work collaboratively with other contractors, consultants, and stakeholders as part of wider project delivery. LOT 2 is a multiple supplier awarding LOT.",
                "status": "planned",
                "value": {
                    "amountGross": 10000000,
                    "amount": 8000000,
                    "currency": "GBP"
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2030-04-30T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "L-1",
                "documentType": "technicalSpecifications",
                "url": "www.procontract.due-north.com"
            },
            {
                "id": "L-2",
                "documentType": "biddingDocuments",
                "description": "We will be issuing the tender pack and documentation on our procurement portal which is PROACTIS DUE NORTH. we have added in the link to register your company details and create a supplier account. Once the tender pack has been released the UK 4 notice will be issued out for bidders to respond to. You do not need to contact us or register directly with LCRCA your interest. At the tender stage this will be done via the PROACITS link and portal.",
                "url": "https://procontract.due-north.com/SupplierRegistration/Register"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-01T23:59:59Z"
        }
    },
    "language": "en"
}