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 WorksScope 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
-
https://www.find-tender.service.gov.uk/Notice/011468-2026
9th February 2026 - Planned procurement notice on Find a Tender -
https://procontract.due-north.com/SupplierRegistration/Register
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.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}