We are exhibiting at the Emergency Services Show on 17-18th September: come and visit us at stand G95!

Street & External Lighting Solutions

Return to Frameworks

Key facts

Framework Number: Y23044

FTS Contract Arranged by: Procurement Services

FTS Contract Notice:
2025/S 000-005752

Regulations: Public Contracts Regulations 2015

Last Updated: 02 September 2025

General Enquiries:
Callum Thompson

Public Sector Engagement:

pscustomerenquiries@csltd.org.uk

Framework Scope

A national, user-friendly, time and cost-effective framework agreement for the supply of Street & External Lighting Solutions and Associated Services for all public sector establishments.

This framework agreement will facilitate the procurement of a full range of Street & External Lighting Solutions and Associated Services, including central management systems, consultancy & back office support, funding application assistance as well as supply and installation, for public sector customers.

What are the benefits of using this framework?

  • Proud part of CSG which serve over 16,000 customers globally and generates gross revenue of £657m.
  • All our frameworks are free to access.
  • This framework is fully compliant with the PCR 2015.
  • Authorised participants can re-open competition within the framework, removing the need for a full tender exercise or lengthy supplier evaluation each time they have an Street & External Lighting Solutions requirement, saving time and costs associated with procurement exercises.
  • Direct award capability giving you a quick, easy and PCR 2015 compliant route to procurement.
  • The terms and conditions are safe and designed to protect you.
  • Free and full support on using the framework through the Procurement Services team.
  • You are able to benefit from aggregated spend and lower pricing based on the value of the overall contract, even on low spend orders.
  • The framework will be managed and monitored by Procurement Services (acting for Kent County Council) on behalf of our customers and your views and requirements will be taken into account when reviewing and developing the contract.
  • Social value is an increasingly important way in which we look to support our customers and communities throughout the UK. Social value has a scoring weighting within every single new framework, so we can be certain that we are awarding suppliers who are committed to contributing to communities.

Who can use this framework?

All public bodies have access to this framework with the agreement of the contracting authority (KCS Procurement Services). Those organisations who may wish to access this framework will be the police service, the fire service, the NHS & NHS trusts, third sector organisations, academic centres (including academies), publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands and Northern Ireland.

The framework is also open for use by all other local authorities and public sector bodies. Full details of the classification of potential contracting bodies and end user’s geographical areas and organisation classifications can be found in the FTS notice.

How to access the framework

This framework allows for customers to place their orders via direct award or further competition.

The customer is strongly advised to carry out their own due diligence before selecting whether they conduct a further competition or direct award with any of the awarded suppliers. The customer will determine the requirement, specification and award, based on the Most Advantageous Tender (MAT). Procurement Services takes no responsibility for the chosen contracting method of any individual customer.

DIRECT AWARD 

Placing an order with any capable supplier awarded on the framework, without re-opening competition, following the criteria set out below. 

Regulation 33(8)(a) of the Public Contracts Regulations 2015 (PCR 2015) sets out the criteria for making a direct award where a framework is concluded with more than one supplier: 

• All the terms governing the provision of the works, services and supplies concerned are set out in the framework, and 

• The objective conditions for determining which of the suppliers on the framework shall perform them are set out in the procurement documents. 

In accordance with the above regulation, direct award orders may be placed under this framework provided the customer can meet any one of the following objective conditions: 

• Customer is satisfied that, following their own due diligence, they can identify the supplier that offers best value for their requirement 

• The supplier is able to supply the required goods/services within the customers timescales 

• The supplier achieved the highest total score during the evaluation process 

• Goods/services required are unique/exclusive to one supplier 

• Continuity of existing goods/services from an awarded supplier

FURTHER COMPETITION 

Re-opening competition with all the capable suppliers awarded on the framework to determine the most appropriate supplier for a defined period of time or project. The customer may choose to implement, amend or provide alternative terms and conditions to those contained within the Street & External Lighting Solutions and Associated Services individual contract terms and conditions. Any such amendments or alternative terms and conditions will be contained within the further competition documents and/or the order/individual contract. In order to adhere to ‘The Public Contracts Regulations 2015’ when re-opening competition under this framework should follow the steps below: 
1. The customer must invite all suppliers on the framework who are deemed capable of delivering the particular requirement. 
2. The customer shall be responsible for formulating a specification/product brief containing full details of the services required. 
3. The customer will send the specification/product brief to all suppliers quoting the framework reference number. A reasonable and proportionate time limit should be set for the submission of fully completed tender responses. 
4. Responses received must be kept in a secure place, unopened, until the designated closing date and time for final submissions has passed. Responses received after the specified date and time should be rejected unopened. 
5. The submitted response shall be evaluated in accordance with the criteria stated in the original specification/product brief. The headline criteria used must be the same as the headline criteria used for the original framework or part thereof, but the participating authority/customer may change the weightings and add their own sub-criteria to apply. 
6. The tenderers must be advised of the result in writing including brief details on where they scored points and where they did not. 
7. A required ‘standstill period’ does not apply to further competitions held under a framework. However, it is advisable to hold a standstill period in relation to a further competition as it is possible a supplier may challenge the decision and apply to court for a ‘declaration of ineffectiveness’ which could lead to the individual contract being terminated and possibly a fine or compensation claim. 
8. There is no scope at the further competition stage to select on the basis of general financial and economic standing or technical ability, as these issues have been addressed as part of the process to establish the framework. However, this does not mean financial due diligence should not be undertaken if considered appropriate (e.g. obtaining a report on a suppliers financial standing from an appropriate agency) as long as this does not form part of any selection process.