Published date: 19 May 2017

Last edited date: 19 May 2017

Awarded contract - This means that the contract has been awarded to a supplier.


Closing: 12 September 2016

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

Email

john.williams@wigan.gov.uk

Website

http://www.wigan.gov.uk/