Published date: 19 May 2017
Last edited date: 19 May 2017
Awarded contract - This means that the contract has been awarded to a supplier.
Contract summary
Industry
Repair, maintenance and associated services related to roads and other equipment - 50230000
Engineering services - 71300000
Analysis services - 71620000
Technical inspection and testing services - 71630000
Location of contract
North West
Value of contract
£594,000
Procurement reference
WIGN001-DN177056-50643445
Published date
19 May 2017
Closing date
12 September 2016
Contract start date
1 December 2016
Contract end date
1 December 2018
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
The purpose of this tender is to establish a framework agreement for visual and structural inspection and testing services of street lighting columns and traffic sign poles (or other similar structures) to determine their condition which can be accessed by organisational bodies participatory to the framework. The street lighting equipment will generally be located on trunk roads, main roads, residential streets, footpaths, car parks and other similar areas. Visual and structural inspection and testing shall be applied to steel, stainless steel, aluminium and concrete lighting units. The street lighting units will typically be circular, hexagonal or octagonal in cross section and will typically be 4 metres, 5m, 6m, 8m, 10m or 12m in height. Traffic sign units will typically be circular or box in cross section and will typically be 2,2 metres, 3m, 4m or 5m in height. Occasionally, fold-down street lighting columns or traffic sign poles may be included. Street lighting columns and traffic sign poles will mainly be of the planted root type, however on occasion they will be of a flange plate type.
The framework agreement will consist of 9 lots based on indicative, strength and other test methods that are specified in the Institution of Lighting Professionals (ILP) Technical Report 22 'Managing a Vital Asset: Lighting Supports'. All of the test methods must meet the recommendations of that report and follow the guidance of the British Standards Institute's BS5469 and BS EN 40. The services provided must comply with all the standards and regulations stated in the specification within the Invitation to Tender document. It is the intention to appoint between 3 and 5 providers to each lot (subject to there being sufficient tenderers who satisfy the criteria laid down within the tender process).
The services provided under the framework agreement will be made available to members and associate members of the Association of Greater Manchester (AGMA) 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, with the estimated number of inspections to be called-off from the framework agreement being shown for indicative purposes only. 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.
This Contract Notice was submitted for publication in the Official Journal of the European Union (OJEU) on 9th August 2016 and published with reference number 2016/S 155-280427.
More information
Additional text
-
Wigan Council is using the e-procurement portal known as The Chest at https://www.the-chest.org.uk/ to conduct the procurement exercise. To gain access to the tender documents applicants will need to register their details at the following link https://procontract.due-north.com/register. Once registered applicants will be e-mailed a log-in and password which will allow them to gain access to the tender documents.
Award information
Awarded date
11 January 2017
Contract start date
1 May 2017
Contract end date
30 April 2019
Total value of contract
£822,308
This contract was awarded to 4 suppliers.
Altitude Services Limited
Address
BB11 5QF
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
Additional details
-
This organisation was appointed to Lots 1, 2 and 3. See Contract Award Notice 2017/S 096-189665 published in the Official Journal of the European Union for further details.
Roch ndt Services
Address
OX39 4TW
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
Additional details
-
This organisation was appointed to Lots 1, 4 and 5. See Contract Award Notice 2017/S 096-189665 published in the Official Journal of the European Union for further details.
Electrical Testing Ltd
Address
NR13 3AT
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
Additional details
-
This organisation was appointed to Lots 1, 3, 4, 6, 8 and 9. See Contract Award Notice 2017/S 096-189665 published in the Official Journal of the European Union for further details.
MPH Inspection Services Ltd
Address
YO24 1DZ
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
Additional details
-
This organisation was appointed to Lots 1, 2 and 4. See Contract Award Notice 2017/S 096-189665 published in the Official Journal of the European Union for further details.
About the buyer
Contact name
John Williams
Address
Wigan Council
PO Box 100
Wigan
WN1 3DS
UK
Telephone
+44 1942489260
Website
Share this notice
Closing: 12 September 2016
All content is available under the
