Notice Information
Notice Title
GMCA Framework Agreement for Street Lighting Visual and Structural Inspection and Testing Services 2021 - 2025
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) 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/da762770-10b7-4a8d-a287-ee4692a62eec
- Current Stage
- Award
- All Stages
- 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
50000000 - Repair and maintenance services
71000000 - Architectural, construction, engineering and inspection services
71300000 - Engineering services
71600000 - Technical testing, analysis and consultancy services
71630000 - Technical inspection and testing services
Notice Value(s)
- Tender Value
- £1,200,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Feb 20224 years ago
- Submission Deadline
- 17 Sep 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Feb 20224 years ago
- Contract Period
- 2 Feb 2022 - 1 Feb 2024 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/da762770-10b7-4a8d-a287-ee4692a62eec
10th February 2022 - Awarded contract notice on Contracts Finder -
https://procontract.due-north.com/Advert?advertId=ec35e16b-13f9-eb11-810d-005056b64545
Advert on 'The Chest' North-West public sector e-procurement portal.
Notice URLs
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-ce555428-e59f-4616-8a17-620438662b04-2022-02-10T16:25:01Z",
"date": "2022-02-10T16:25:01Z",
"ocid": "ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "WIGN001-DN562119-90590704",
"title": "GMCA Framework Agreement for Street Lighting Visual and Structural Inspection and Testing Services 2021 - 2025",
"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.",
"datePublished": "2021-08-11T11:21:32+01:00",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "North West",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 1200000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2021-09-17T17:00:00+01:00"
},
"contractPeriod": {
"startDate": "2021-12-01T00:00:00Z",
"endDate": "2023-11-30T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-197666",
"name": "Wigan Council",
"identifier": {
"legalName": "Wigan Council"
},
"address": {
"streetAddress": "Wigan Council, Directorate of Places: Environment, Wigan Life Centre South, PO Box 100",
"locality": "Wigan",
"postalCode": "WN1 3DS",
"countryName": "England"
},
"contactPoint": {
"name": "Christopher Pennington",
"email": "C.Pennington@wigan.gov.uk",
"telephone": "+44 1942489323"
},
"details": {
"url": "http://www.wigan.gov.uk/"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-197667",
"name": "Altitude Services Limited",
"identifier": {
"legalName": "Altitude Services Limited"
},
"address": {
"streetAddress": "Birdhall Cottages, Rowlands Road, Summerseat, Bury, BL9 5PA"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-197668",
"name": "Fabrikat (Nottingham) Ltd T/A Neoterik",
"identifier": {
"legalName": "Fabrikat (Nottingham) Ltd T/A Neoterik"
},
"address": {
"streetAddress": "Hamilton Road, Sutton-in-Ashfield, Nottinghamshire,NG17 5LN"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-122468",
"name": "Intratest Ltd",
"identifier": {
"legalName": "Intratest Ltd"
},
"address": {
"streetAddress": "Fairstowe Chambers, Library Road, Ferndown, Dorset, BH22 9JP"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-197669",
"name": "Kiwa Ltd T/A Kiwa CMT Testing",
"identifier": {
"legalName": "Kiwa Ltd T/A Kiwa CMT Testing"
},
"address": {
"streetAddress": "Kiwa House, Malvern View, Bishops Cleeve, Cheltenham, Gloucestershire, GL52 7DQ"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-197670",
"name": "MPH Inspection Services Ltd",
"identifier": {
"legalName": "MPH Inspection Services Ltd"
},
"address": {
"streetAddress": "9 Whitehouse Gardens, York, North Yorkshire, YO24 1DZ"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-197671",
"name": "Inspectorate Ltd T/A Roch NDT Services",
"identifier": {
"legalName": "Inspectorate Ltd T/A Roch NDT Services"
},
"address": {
"streetAddress": "Sanderum House, Oakley Road, Chinnor, Oxon, OX39 4TW"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-197666",
"name": "Wigan Council"
},
"awards": [
{
"id": "ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04-1",
"status": "active",
"date": "2022-02-01T00:00:00Z",
"datePublished": "2022-02-10T16:25:01Z",
"value": {
"amount": 0,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-197667",
"name": "Altitude Services Limited"
},
{
"id": "GB-CFS-197668",
"name": "Fabrikat (Nottingham) Ltd T/A Neoterik"
},
{
"id": "GB-CFS-122468",
"name": "Intratest Ltd"
},
{
"id": "GB-CFS-197669",
"name": "Kiwa Ltd T/A Kiwa CMT Testing"
},
{
"id": "GB-CFS-197670",
"name": "MPH Inspection Services Ltd"
},
{
"id": "GB-CFS-197671",
"name": "Inspectorate Ltd T/A Roch NDT Services"
}
],
"contractPeriod": {
"startDate": "2022-02-02T00:00:00Z",
"endDate": "2024-02-01T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/da762770-10b7-4a8d-a287-ee4692a62eec",
"datePublished": "2022-02-10T16:25:01Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "Advert on 'The Chest' North-West public sector e-procurement portal.",
"url": "https://procontract.due-north.com/Advert?advertId=ec35e16b-13f9-eb11-810d-005056b64545"
}
]
}
]
}