Published date: 10 February 2022

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


Closing: 17 September 2021, 5pm

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

GMCA Framework Agreement for Street Lighting Visual and Structural Inspection and Testing Services 2021 - 2025

  • Opportunity
  • Published 11 August 2021, last edited 11 August 2021

Links


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

Email

C.Pennington@wigan.gov.uk

Website

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