Award

AGMA Street Lighting Visual and Structural Inspection and Testing Services Framework Agreement

WIGAN COUNCIL

This public procurement record has 2 releases in its history.

AwardUpdate

19 May 2017 at 07:48

Tender

18 Nov 2016 at 20:17

Summary of the contracting process

The procurement process involves Wigan Council, which is seeking to establish a framework agreement for the "AGMA Street Lighting Visual and Structural Inspection and Testing Services." This tender falls under the services industry category and focuses on the maintenance of street lighting and traffic sign structures in the North West region of the United Kingdom. The procurement is currently in the Award stage, following the tender period that closed on 12 September 2016. The initial contract is set to commence on 1 December 2016 and will run for two years, with possible extensions for an additional two years. The total contract value is approximately £594,000.

This opportunity presents significant growth potential for small and medium-sized enterprises (SMEs) specialising in engineering, technical inspection, and maintenance services related to road infrastructure. Suppliers that can demonstrate compliance with relevant standards and exhibit the capability to undertake visual and structural inspections and testing of street lighting columns and traffic sign poles would be well-suited to compete. Participation in this framework may not guarantee contracts, but being included could lead to further engagements with Wigan Council and other associated authorities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

AGMA Street Lighting Visual and Structural Inspection and Testing Services Framework Agreement

Notice 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. Additional information: 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-06e46018-adca-11e6-9901-0019b9f3037b
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/18eb3dbd-3c39-4618-bb93-b5d03626cb0a
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

50230000 - Repair, maintenance and associated services related to roads and other equipment

71300000 - Engineering services

71620000 - Analysis services

71630000 - Technical inspection and testing services

Notice Value(s)

Tender Value
£594,000 £500K-£1M
Lots Value
Not specified
Awards Value
£822,308 £500K-£1M
Contracts Value
Not specified

Notice Dates

Publication Date
19 May 20178 years ago
Submission Deadline
12 Sep 2016Expired
Future Notice Date
Not specified
Award Date
11 Jan 20179 years ago
Contract Period
30 Apr 2017 - 30 Apr 2019 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WIGAN COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WIGAN
Postcode
WN1 3DS
Post Town
Wigan
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD3 Greater Manchester
Small Region (ITL 3)
TLD36 Greater Manchester North West
Delivery Location
TLD North West (England)

Local Authority
Wigan
Electoral Ward
Wigan Central
Westminster Constituency
Wigan

Supplier Information

Number of Suppliers
4
Supplier Names

ALTITUDE SERVICES

ELECTRICAL TESTING

MPH INSPECTION SERVICES

ROCH NDT SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-06e46018-adca-11e6-9901-0019b9f3037b-2017-05-19T08:48:26+01:00",
    "date": "2017-05-19T08:48:26+01:00",
    "ocid": "ocds-b5fd17-06e46018-adca-11e6-9901-0019b9f3037b",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "WIGN001-DN177056-50643445",
        "title": "AGMA Street Lighting Visual and Structural Inspection and Testing Services Framework Agreement",
        "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. Additional information: 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.",
        "datePublished": "2016-08-12T11:45:04+01:00",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50230000",
            "description": "Repair, maintenance and associated services related to roads and other equipment"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "71300000",
                "description": "Engineering services"
            },
            {
                "scheme": "CPV",
                "id": "71620000",
                "description": "Analysis services"
            },
            {
                "scheme": "CPV",
                "id": "71630000",
                "description": "Technical inspection and testing services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 594000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2016-09-12T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2016-12-01T00:00:00Z",
            "endDate": "2018-12-01T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/18eb3dbd-3c39-4618-bb93-b5d03626cb0a",
                "datePublished": "2016-08-12T11:45:04+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/9Bfv4kxB",
            "name": "WIGAN COUNCIL",
            "identifier": {
                "legalName": "WIGAN COUNCIL",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/9Bfv4kxB"
            },
            "address": {
                "streetAddress": "Wigan Council, PO Box 100",
                "locality": "Wigan",
                "postalCode": "WN1 3DS",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "John Williams",
                "email": "john.williams@wigan.gov.uk",
                "telephone": "+44 1942489260"
            },
            "details": {
                "url": "http://www.wigan.gov.uk/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-41998",
            "name": "Wigan Council",
            "identifier": {
                "legalName": "Wigan Council"
            },
            "address": {
                "streetAddress": "Wigan Council, PO Box 100",
                "locality": "Wigan",
                "postalCode": "WN1 3DS",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "John Williams",
                "email": "john.williams@wigan.gov.uk",
                "telephone": "+44 1942489260"
            },
            "details": {
                "url": "http://www.wigan.gov.uk/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-30565",
            "name": "Altitude Services Limited",
            "identifier": {
                "legalName": "Altitude Services Limited"
            },
            "address": {
                "streetAddress": "BB11 5QF"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-41999",
            "name": "Roch ndt Services",
            "identifier": {
                "legalName": "Roch ndt Services"
            },
            "address": {
                "streetAddress": "OX39 4TW"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-30568",
            "name": "Electrical Testing Ltd",
            "identifier": {
                "legalName": "Electrical Testing Ltd"
            },
            "address": {
                "streetAddress": "NR13 3AT"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-42000",
            "name": "MPH Inspection Services Ltd",
            "identifier": {
                "legalName": "MPH Inspection Services Ltd"
            },
            "address": {
                "streetAddress": "YO24 1DZ"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-41998",
        "name": "Wigan Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-06e46018-adca-11e6-9901-0019b9f3037b-1",
            "status": "active",
            "date": "2017-01-11T00:00:00Z",
            "datePublished": "2017-05-19T08:48:26+01:00",
            "value": {
                "amount": 822308,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-30565",
                    "name": "Altitude Services Limited"
                },
                {
                    "id": "GB-CFS-41999",
                    "name": "Roch ndt Services"
                },
                {
                    "id": "GB-CFS-30568",
                    "name": "Electrical Testing Ltd"
                },
                {
                    "id": "GB-CFS-42000",
                    "name": "MPH Inspection Services Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2017-05-01T00:00:00+01:00",
                "endDate": "2019-04-30T23:59:59+01:00"
            },
            "description": "Altitude Services Limited: 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: 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: 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: 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.",
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/18eb3dbd-3c39-4618-bb93-b5d03626cb0a",
                    "datePublished": "2017-05-19T08:48:26+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}