Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/18eb3dbd-3c39-4618-bb93-b5d03626cb0a
12th August 2016 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}
]
}