NMWTRA Street Lighting and Electrical Works Framework 2025

Open

Buyers

Value

£1

Classifications

  • Maintenance services of public-lighting installations and traffic lights
  • Repair, maintenance and associated services related to roads and other equipment
  • Installation work of illumination and signalling systems
  • Electrical installation work
  • Electrical services

Tags

  • planning

Submission Deadline

2 months from now

Published

10 hours ago

Description

Framework for the provision of street lighting and electrical works across the North and Mid Wales Trunk Road and partner authority network area.
Please ignore the value sections of this notice. We are unable to provide a value figure for the term of this framework.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Periodic Electrical Inspection & Testing to Domestic Properties

The works to be provided under this contract will consist of Electrical Inspection and Testing of the 'fixed' electrical parts of electrical installations within NIHE's Domestic properties, to be checked (periodically inspected and tested) by a qualified and competent person within a 5-year planned cycle. The electrical installations must meet the required standards, as per BS7671, the Requirements for Electrical Installations, set out within the IET Wiring Regulations Eighteenth Edition, as amended. The contractors will record any non-compliances with BS7671, as amended and use observation classification codes, C1, C2, C3 and FI to indicate where remedial work and or further investigation must be undertaken. If observations are made with the electrical installation, requiring classification codes C1, C2 and FI, then remedial work will be required, these remedial works should be undertaken by the Contractor during the completion of the inspection and testing. Upon completion of the remedial works relating to observations classified as C1, C2 and FI, the Contractor must issue a Satisfactory Electrical Installation Condition Report (EICR). The work also incorporates the replacement of Smoke and Heat detectors which have already achieved or will achieve a 10-year life within the next 1 year. Core Works which is Periodic Electrical Inspection and Testing including other Works, but not limited to, Electrical Installation Works, Fire Detection Alarm test and replacement Fire Detector's, and Consultancy services associated with this contract when required. All electrical work is to be undertaken by an organisation that is a registered user/subscriber to an accepted electrical licence to practice system. All electrical workers engaged in the delivery of the service must be registered with and hold a valid Licence to Practice (LtP), issued by an approved electrical Licence to Practice system as set out by the Department of Finance. LtP systems which are currently recognised as providers under the LtP initiative are SparkSafe and ECS Check Northern Ireland (provided by the Electrotechnical Certification Scheme). All electrical work is to be undertaken by an organisation that is registered, operates, and maintains a UKAS accredited third party electrical certification system. Government-approved registering bodies in Northern Ireland are NICEIC (National Inspection Council for Electrical Installation Contracting) and NAPIT (National Association of Professional Inspectors and Testers. All information contained within this notice is indicative only and subject to change at any time without notice. Full details of the Conditions of Participation and Scope will be detailed in the Associated Tender Documents. The contract is focused on Domestic properties only. Periodic Electrical Inspection & Testing to non-domestic properties will be subject to a separate procurement. Note, the lot values and total contact values (both with and without VAT) have been rounded up to the nearest 100. Precise values relating to the pre-tender estimate for each lot will be provided in the ITT.

Katy Reed

Published 3 days ago
Open

Framework for the Installation and Maintenance of Road Lighting, Traffic Signs and Bollards for North East and North Lincolnshire Councils

North East and North Lincolnshire currently operates a 'Framework Agreement' for Street Lighting Term Maintenance Services. This current agreement expires 31 October 2025 and both Authority's are seeking to establish a new Framework Agreement with a suitably qualified and experienced Supplier for " Street Lighting Term Maintenance" services and other related works. The Supplier will be responsible for the following Asset activity within the public highway: Street and Car Park Lighting Festive and feature Lighting - provision, installation, removal and maintenance of Summer and Christmas Illuminations and assistance with official switch on occasions Illuminated and non-illuminated bollards Traffic Signs and Posts CCTV Masts Feeder pillars, cabling and power supply equipment Emergency Call-Out (ECO) service, including Out of Hours and accident damage remedial works in the event of unsafe occurrences Improvement and general works of street lighting, both planned and reactive maintenance of street lighting equipment, illuminated/electrified street furniture, including lamp columns, road signs, bollards, traffic monitoring equipment, duct/cable laying, electrical fittings, etc. • Bulk Lamp change • Night time scouting and reporting of defective/non lit equipment • Lighting Central Management System (CMS) • Testing of electrical equipment on the public highway • Testing of structural integrity and fitness for purpose of lamp columns. • Works may include professional services in additional to physical, construction works to support Minor and Major highways and transport schemes These services would only be required to be provided within the geographic boundaries of North Lincolnshire and North East Lincolnshire. The tender is divided into lots Lot 1 - North East Lincolnshire Council Lot 2 - North Lincolnshire Council . One tenderer will be appointed for each lot. However, tenderers can bid for one or both lots.

Katy Reed

Published 4 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline planned

Publish
Bid
Evaluate
Award
Complete