Published date: 10 February 2022
Awarded contract - This means that the contract has been awarded to a supplier.
Contract summary
Industry
Repair and maintenance services - 50000000
Architectural, construction, engineering and inspection services - 71000000
Engineering services - 71300000
Technical testing, analysis and consultancy services - 71600000
Technical inspection and testing services - 71630000
Location of contract
North West
Value of contract
£1,200,000
Procurement reference
WIGN001-DN562119-90590704
Published date
10 February 2022
Closing date
17 September 2021
Closing time
5pm
Contract start date
1 December 2021
Contract end date
30 November 2023
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) Guidance Note 22 'Asset Management Toolkit: Minor Structures'. All of the test methods must meet the recommendations of that guidance note and follow the guidance of the British Standards Institute's BS5649 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 Greater Manchester Combined Authority (GMCA) and other participating authorities and organisational bodies named in the Invitation to Tender documentation. The financial value of the framework agreement as stated in this notice is an estimated value should the framework run for the full 4 year period, however the actual financial value may differ.
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 on the Find a Tender Service (FTS) website on 11th August 2021 and published with reference number 2021/S 000-019409.
More information
Previous notice about this procurement
- Opportunity
- Published 11 August 2021, last edited 11 August 2021
Links
-
- https://procontract.due-north.com/Advert?advertId=ec35e16b-13f9-eb11-810d-005056b64545
- Advert on 'The Chest' North-West public sector e-procurement portal.
Award information
Awarded date
1 February 2022
Contract start date
2 February 2022
Contract end date
1 February 2024
Total value of contract
£0
This contract was awarded to 6 suppliers.
Altitude Services Limited
Address
Birdhall Cottages, Rowlands Road, Summerseat, Bury, BL9 5PA
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
Fabrikat (Nottingham) Ltd T/A Neoterik
Address
Hamilton Road, Sutton-in-Ashfield, Nottinghamshire,NG17 5LN
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
Intratest Ltd
Address
Fairstowe Chambers, Library Road, Ferndown, Dorset, BH22 9JP
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
Kiwa Ltd T/A Kiwa CMT Testing
Address
Kiwa House, Malvern View, Bishops Cleeve, Cheltenham, Gloucestershire, GL52 7DQ
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
MPH Inspection Services Ltd
Address
9 Whitehouse Gardens, York, North Yorkshire, YO24 1DZ
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
Inspectorate Ltd T/A Roch NDT Services
Address
Sanderum House, Oakley Road, Chinnor, Oxon, OX39 4TW
Reference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
About the buyer
Contact name
Christopher Pennington
Address
Wigan Council, Directorate of Places: Environment, Wigan Life Centre South, PO Box 100
Wigan
WN1 3DS
England
Telephone
+44 1942489323
Website
Share this notice
Closing: 17 September 2021, 5pm