Award

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

WIGAN COUNCIL

This public procurement record has 2 releases in its history.

Award

10 Feb 2022 at 15:52

Tender

11 Aug 2021 at 08:16

Summary of the contracting process

The Greater Manchester Combined Authority (GMCA) is seeking bids for a framework agreement titled "GMCA Framework Agreement for Street Lighting Visual and Structural Inspection and Testing Services," which has been recently launched and will run until September 17, 2021. This procurement falls under the "Technical inspection and testing services" category and is focused on the provision of visual and structural inspections for street lighting columns and traffic sign poles across various regions in the UK, including Wigan, Bury, and Manchester. The tender is currently at the "Tender" stage, with the end date for bid submissions set for 17:00 on September 17, 2021. The framework agreement permits participation from multiple contracting authorities, ensuring a wide availability of services over a potentially extended four-year duration, with no limits on the number of lots a supplier can bid for.

This tender presents significant opportunities for businesses offering inspection, testing, and maintenance services, especially those specialising in street lighting and related structural assessments. Companies equipped with the necessary accreditations and experience in delivering technical inspection services in compliance with British standards will find themselves well-positioned to compete for contracts under this framework. Suppliers should note that while the framework allows for a flexible and potentially sustained engagement with local authorities, successful participation does not guarantee contract award, as the call-off contracts will be awarded based on the most economically advantageous tender in a competitive process.

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

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

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 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'. The framework agreement consists of the following Lots: Lot 1: Indicative Test Method - Visual Inspection; Lot 2: Indicative Test Method - Loss of Section monitoring; Lot 3: Indicative Test Method - Ultrasonic Testing (Guided Waves); Lot 4 : Other Indicative Test Methods, Lot 5: Strength Test Method - Static Loading; Lot 6: Strength Test Method - Ultrasonic Testing; Lot 7: Strength Test Method - Loss of Section Monitoring; Lot 8: Strength Test Method - Magnetic Particle Inspection; Lot 9 : Other Strength Test Methods.

Lot Information

Lot 1: Indicative Test Method - Visual Inspection (GN22 Tables 9.1 & 9.2)

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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.

Renewal: The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period.

Lot 2: Indicative Test Method - Loss of Section monitoring (GN22 Tables 9.1 & 9.2)

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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.

Renewal: The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period.

Lot 3: Indicative Test Method - Ultrasonic Testing (Guided Waves) (GN22 Tables 9.1 & 9.2)

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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.

Renewal: The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period.

Lot 4 : Other Indicative Test Methods

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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.

Renewal: The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period.

Lot 5: Strength Test Method - Static Loading (GN22 Tables 9.1 & 9.2)

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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.

Renewal: The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period.

Lot 6: Strength Test Method - Ultrasonic Testing (GN22 Tables 9.1 & 9.2)

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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.

Renewal: The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period.

Lot 7: Strength Test Method - Loss of Section Monitoring (GN22 Tables 9.1 & 9.2)

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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.

Renewal: The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period.

Lot 8: Strength Test Method - Magnetic Particle Inspection (GN22 Tables 9.1 & 9.2)

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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.

Renewal: The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period.

Lot 9 : Other Strength Test Methods

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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.

Renewal: The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period.

Lots 1 to 9

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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02d340
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003897-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
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
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
WIGAN COUNCIL
Additional Buyers

ANSA ENVIRONMENTAL SERVICES LTD

BLACKBURN WITH DARWEN BOROUGH COUNCIL

BLACKPOOL COUNCIL

BOLTON COUNCIL

BURY COUNCIL

CHESHIRE EAST BOROUGH COUNCIL

EAST CHESHIRE — ENGINE OF THE NORTH LTD

GREATER MANCHESTER FIRE AND RESCUE SERVICE (GMCA)

GREATER MANCHESTER POLICE (THE PCC FOR GM)

GREATER MANCHESTER WASTE DISPOSAL AUTHORITY (GMCA)

LANCASHIRE COUNTY COUNCIL

LINK4LIFE

MANCHESTER AIRPORT PLC

MANCHESTER CITY COUNCIL

OLDHAM COUNCIL

ORBITAS BEREAVEMENT SERVICES LTD

ROCHDALE COUNCIL

SALFORD CITY COUNCIL

ST. HELENS COUNCIL

STOCKPORT HOMES

STOCKPORT METROPOLITAN BOROUGH COUNCIL

TAMESIDE METROPOLITAN BOROUGH COUNCIL

TOTALLY LOCAL COMPANY

TRAFFORD COUNCIL

TRAFFORD LEISURE

TRANSPORT FOR GREATER MANCHESTER (TFGM)

UNITY PARTNERSHIP LTD

WARRINGTON BOROUGH COUNCIL

Contact Name
Mr. Christopher Pennington
Contact Email
admin@link4life.org, c.pennington@wigan.gov.uk, enquiries@unitypartnership.com, info@engineofthenorth.co.uk, info@totallylocalcompany.co.uk, procurement@wigan.gov.uk
Contact Phone
+44 1942489323

Buyer Location

Locality
WIGAN
Postcode
WN1 3DS
Post Town
Wigan
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD6 Cheshire
Small Region (ITL 3)
TLD62 Cheshire East
Delivery Location
TLD3 Greater Manchester, TLD4 Lancashire, TLD6 Cheshire, TLD7 Merseyside

Local Authority
Cheshire East
Electoral Ward
Crewe Central
Westminster Constituency
Crewe and Nantwich

Supplier Information

Number of Suppliers
6
Supplier Names

ALTITUDE SERVICES LIMITED (LOTS 1, 2 AND 3

FABRIKAT (NOTTINGHAM) LTD T/A NEOTERIK (LOTS 1, 2, 6, 7 AND 8

INSPECTORATE LTD T/A ROCH NDT SERVICES (LOTS 1, 2, 4, 5, 6, 7 AND 9

INTRATEST LTD (LOTS 1, 2, 6, 7 AND 8

KIWA LTD T/A KIWA CMT TESTING (LOTS 1, 2 AND 7

MPH INSPECTION SERVICES LTD (LOTS 1, 2 AND 4

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-h6vhtk-02d340-2022-02-10T15:52:41Z",
    "date": "2022-02-10T15:52:41Z",
    "ocid": "ocds-h6vhtk-02d340",
    "initiationType": "tender",
    "tender": {
        "id": "DN562119",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "GMCA Framework Agreement for Street Lighting Visual and Structural Inspection and Testing Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71630000",
            "description": "Technical inspection and testing services"
        },
        "mainProcurementCategory": "services",
        "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 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'. The framework agreement consists of the following Lots: Lot 1: Indicative Test Method - Visual Inspection; Lot 2: Indicative Test Method - Loss of Section monitoring; Lot 3: Indicative Test Method - Ultrasonic Testing (Guided Waves); Lot 4 : Other Indicative Test Methods, Lot 5: Strength Test Method - Static Loading; Lot 6: Strength Test Method - Ultrasonic Testing; Lot 7: Strength Test Method - Loss of Section Monitoring; Lot 8: Strength Test Method - Magnetic Particle Inspection; Lot 9 : Other Strength Test Methods.",
        "value": {
            "amount": 1200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1: Indicative Test Method - Visual Inspection (GN22 Tables 9.1 & 9.2)",
                "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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Lot 2: Indicative Test Method - Loss of Section monitoring (GN22 Tables 9.1 & 9.2)",
                "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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Lot 3: Indicative Test Method - Ultrasonic Testing (Guided Waves) (GN22 Tables 9.1 & 9.2)",
                "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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "4",
                "title": "Lot 4 : Other Indicative Test Methods",
                "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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "5",
                "title": "Lot 5: Strength Test Method - Static Loading (GN22 Tables 9.1 & 9.2)",
                "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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "6",
                "title": "Lot 6: Strength Test Method - Ultrasonic Testing (GN22 Tables 9.1 & 9.2)",
                "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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "7",
                "title": "Lot 7: Strength Test Method - Loss of Section Monitoring (GN22 Tables 9.1 & 9.2)",
                "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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "8",
                "title": "Lot 8: Strength Test Method - Magnetic Particle Inspection (GN22 Tables 9.1 & 9.2)",
                "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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "9",
                "title": "Lot 9 : Other Strength Test Methods",
                "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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "1 to 9",
                "title": "Lots 1 to 9",
                "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. Call-off contracts will be awarded on a direct award basis, with the contracting bodies assessing which provider's tender offers the Most Economically Advantageous Tender for their testing requirements from the different types of tests/lots. This provider and/or combination of providers will be appointed as the 1st Provider. The 1st Provider will be contacted in the first instance by contracting bodies in respect of any requirements for services. Should the 1st provider not have the capacity and/or capability and/or not be willing to provide the services then the contracting bodies would then contact the 2nd Provider and 3rd Provider in turn, or by means of re-opening competition to all providers capable of meeting the requirement within the framework agreement via a mini-competition process within the applicable lot(s). 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 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 within the Invitation to Tender documentation. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Quality Assurance",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Business Continuity",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Management Information",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Health and Safety at Work",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Training",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Exit Planning",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3"
                    },
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3"
                    },
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3"
                    },
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3"
                    },
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3"
                    },
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3"
                    },
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3"
                    },
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3"
                    },
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "8"
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3"
                    },
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "9"
            },
            {
                "id": "1 to 9",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3"
                    },
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD6"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "1 to 9"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.the-chest.org.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Any Provider performing any of the Street Lighting Visual and Structural Inspection and Testing Services required within this Framework Agreement should ideally be accredited for the appropriate work categories under the Highway Electrical Registration Scheme (HERS) and be accredited with the United Kingdom Accreditation Service (UKAS) or similar equivalent. Providers must be accredited with a body designated within the Safety Schemes in Procurement (SSIP) scheme (e.g the Contractors Health and Safety Assessment Scheme (CHAS)). All provider staff employed in the operation of carrying out the visual inspection or structural testing should ideally be G39/1 competent; where the testing requires the provider's staff to access the interior of the lighting unit, by removal of the lighting unit door, this is a mandatory competency requirement. The services must be supervised by a person qualified and accredited in accordance with Section 67 of the New Roads and Street Works Act 1991 and an accredited operative must be on-site at all times when the services are in progress. Tenderers shall provide details of the competent persons and their qualifications in particular with due regard to their role in using testing equipment, carrying out testing procedures, health and safety, accessing of lighting columns and working at height and on the highway. All of the required services must be provided in accordance with the guidance from BS5649 /BS EN 40 and ILP Guidance Note 22 'Asset Management Toolkit: Minor Structures' and be in accordance with all of the latest standards and regulations stated and listed in the Specification for this service within the Invitation to Tender document.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-09-17T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-09-20T10:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-09-20T10:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-25180",
            "name": "Wigan Council",
            "identifier": {
                "legalName": "Wigan Council"
            },
            "address": {
                "streetAddress": "Directorate of Places: Environment, Wigan Life Centre South, PO Box 100",
                "locality": "Wigan",
                "region": "UKD3",
                "postalCode": "WN1 3DS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr. Christopher Pennington",
                "telephone": "+44 1942489323",
                "email": "C.Pennington@wigan.gov.uk",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=ec35e16b-13f9-eb11-810d-005056b64545"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.wigan.gov.uk/",
                "buyerProfile": "http://www.wigan.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-6137",
            "name": "Bury Council",
            "identifier": {
                "legalName": "Bury Council"
            },
            "address": {
                "streetAddress": "Town Hall, Knowsley Street",
                "locality": "Bury",
                "region": "UKD3",
                "postalCode": "BL9 0SW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.bury.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25181",
            "name": "Manchester City Council",
            "identifier": {
                "legalName": "Manchester City Council"
            },
            "address": {
                "streetAddress": "Town Hall, Albert Square",
                "locality": "Manchester",
                "region": "UKD3",
                "postalCode": "M60 2LA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.manchester.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-12247",
            "name": "Oldham Council",
            "identifier": {
                "legalName": "Oldham Council"
            },
            "address": {
                "streetAddress": "Civic Centre, West Street",
                "locality": "Oldham",
                "region": "UKD3",
                "postalCode": "OL1 1UT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.oldham.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25182",
            "name": "Rochdale Council",
            "identifier": {
                "legalName": "Rochdale Council"
            },
            "address": {
                "streetAddress": "Town Hall, The Esplanade",
                "locality": "Rochdale",
                "region": "UKD3",
                "postalCode": "OL16 1AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.rochdale.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25183",
            "name": "Salford City Council",
            "identifier": {
                "legalName": "Salford City Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Chorley Road, Swinton",
                "locality": "Salford",
                "region": "UKD3",
                "postalCode": "M27 5AW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.salford.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-14847",
            "name": "Stockport Metropolitan Borough Council",
            "identifier": {
                "legalName": "Stockport Metropolitan Borough Council"
            },
            "address": {
                "streetAddress": "Town Hall, Edward Street",
                "locality": "Stockport",
                "region": "UKD3",
                "postalCode": "SK1 3XE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.stockport.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25184",
            "name": "Tameside Metropolitan Borough Council",
            "identifier": {
                "legalName": "Tameside Metropolitan Borough Council"
            },
            "address": {
                "streetAddress": "Dukinfield Town Hall, King Street, Tameside",
                "locality": "Dukinfield",
                "region": "UKD3",
                "postalCode": "SK16 4LA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.tameside.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25185",
            "name": "Trafford Council",
            "identifier": {
                "legalName": "Trafford Council"
            },
            "address": {
                "streetAddress": "Trafford Town Hall, Talbot Road",
                "locality": "Stretford",
                "region": "UKD3",
                "postalCode": "M32 0TH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.trafford.gov.uk/Home.aspx"
            }
        },
        {
            "id": "GB-FTS-12252",
            "name": "Bolton Council",
            "identifier": {
                "legalName": "Bolton Council"
            },
            "address": {
                "streetAddress": "Victoria Square",
                "locality": "Bolton",
                "region": "UKD3",
                "postalCode": "BL1 1RU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.bolton.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25186",
            "name": "Blackburn with Darwen Borough Council",
            "identifier": {
                "legalName": "Blackburn with Darwen Borough Council"
            },
            "address": {
                "streetAddress": "King William Street",
                "locality": "Blackburn",
                "region": "UKD41",
                "postalCode": "BB1 7DY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.blackburn.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25187",
            "name": "Blackpool Council",
            "identifier": {
                "legalName": "Blackpool Council"
            },
            "address": {
                "streetAddress": "Municipal Buildings, Corporation Street",
                "locality": "Blackpool",
                "region": "UKD42",
                "postalCode": "FY1 1NF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.blackpool.gov.uk/Home.aspx"
            }
        },
        {
            "id": "GB-FTS-25188",
            "name": "Cheshire East Borough Council",
            "identifier": {
                "legalName": "Cheshire East Borough Council"
            },
            "address": {
                "streetAddress": "PO Box 22",
                "locality": "Crewe",
                "region": "UKD62",
                "postalCode": "FY1 1NF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cheshireeast.gov.uk/home.aspx"
            }
        },
        {
            "id": "GB-FTS-3627",
            "name": "Warrington Borough Council",
            "identifier": {
                "legalName": "Warrington Borough Council"
            },
            "address": {
                "streetAddress": "New Town House, Buttermarket Street",
                "locality": "Warrington",
                "region": "UKD61",
                "postalCode": "WA1 2NH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.warrington.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25189",
            "name": "Greater Manchester Fire and Rescue Service (GMCA)",
            "identifier": {
                "legalName": "Greater Manchester Fire and Rescue Service (GMCA)"
            },
            "address": {
                "streetAddress": "146 Bolton Road",
                "locality": "Swinton",
                "region": "UKD3",
                "postalCode": "M27 8US",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://manchesterfire.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25190",
            "name": "Transport for Greater Manchester (TfGM)",
            "identifier": {
                "legalName": "Transport for Greater Manchester (TfGM)"
            },
            "address": {
                "streetAddress": "2 Piccadilly Place",
                "locality": "Manchester",
                "region": "UKD3",
                "postalCode": "M1 3BG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfgm.com/"
            }
        },
        {
            "id": "GB-FTS-25191",
            "name": "Greater Manchester Police (The PCC for GM)",
            "identifier": {
                "legalName": "Greater Manchester Police (The PCC for GM)"
            },
            "address": {
                "streetAddress": "Central Park, Northampton Road",
                "locality": "Manchester",
                "region": "UKD3",
                "postalCode": "M40 5BP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gmp.police.uk/"
            }
        },
        {
            "id": "GB-FTS-25192",
            "name": "Greater Manchester Waste Disposal Authority (GMCA)",
            "identifier": {
                "legalName": "Greater Manchester Waste Disposal Authority (GMCA)"
            },
            "address": {
                "streetAddress": "Medtia Chambers, 5 Barn Street",
                "locality": "Oldham",
                "region": "UKD3",
                "postalCode": "OL1 1LP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.greatermanchester-ca.gov.uk/what-we-do/environment/waste-and-resources/"
            }
        },
        {
            "id": "GB-FTS-25193",
            "name": "Manchester Airport plc",
            "identifier": {
                "legalName": "Manchester Airport plc"
            },
            "address": {
                "streetAddress": "Olympic House",
                "locality": "Manchester",
                "region": "UKD3",
                "postalCode": "M90 1QX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.manchesterairport.co.uk/"
            }
        },
        {
            "id": "GB-FTS-25194",
            "name": "Lancashire County Council",
            "identifier": {
                "legalName": "Lancashire County Council"
            },
            "address": {
                "streetAddress": "PO Box 78, County Hall, Fishergate, Lancashire",
                "locality": "Preston",
                "region": "UKD4",
                "postalCode": "PR1 8XJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.lancashire.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25195",
            "name": "St. Helens Council",
            "identifier": {
                "legalName": "St. Helens Council"
            },
            "address": {
                "streetAddress": "Wesley House, Corporation Street, Merseyside",
                "locality": "St. Helens",
                "region": "UKD7",
                "postalCode": "WA10 1HF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.sthelens.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-25196",
            "name": "Totally Local Company",
            "identifier": {
                "legalName": "Totally Local Company"
            },
            "address": {
                "streetAddress": "Enterprise House, Oakhurst Drive",
                "locality": "Stockport",
                "region": "UKD3",
                "postalCode": "SK3 0XT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "info@totallylocalcompany.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.totallylocalcompany.co.uk/"
            }
        },
        {
            "id": "GB-FTS-25197",
            "name": "Stockport Homes",
            "identifier": {
                "legalName": "Stockport Homes"
            },
            "address": {
                "streetAddress": "Cornerstone, 2 Edward Street",
                "locality": "Stockport",
                "region": "UKD3",
                "postalCode": "SK3 0XT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.stockporthomes.org/"
            }
        },
        {
            "id": "GB-FTS-25198",
            "name": "Link4Life",
            "identifier": {
                "legalName": "Link4Life"
            },
            "address": {
                "streetAddress": "Floor 3, Number One Riverside, Smith Street",
                "locality": "Rochdale",
                "region": "UKD3",
                "postalCode": "OL16 1ZL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "admin@link4life.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://link4life.org/"
            }
        },
        {
            "id": "GB-FTS-25199",
            "name": "Trafford Leisure",
            "identifier": {
                "legalName": "Trafford Leisure"
            },
            "address": {
                "streetAddress": "Floor 3, Number One Riverside, Smith Street",
                "locality": "Trafford",
                "region": "UKD3",
                "postalCode": "OL16 1ZL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://traffordleisure.co.uk/"
            }
        },
        {
            "id": "GB-FTS-25200",
            "name": "Orbitas Bereavement Services Ltd",
            "identifier": {
                "legalName": "Orbitas Bereavement Services Ltd"
            },
            "address": {
                "streetAddress": "Crewe Cemetery Office, Market Close, Cheshire",
                "locality": "Crewe",
                "region": "UKD62",
                "postalCode": "CW1 2NA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.orbitas.co.uk"
            }
        },
        {
            "id": "GB-FTS-25201",
            "name": "ANSA Environmental Services Ltd",
            "identifier": {
                "legalName": "ANSA Environmental Services Ltd"
            },
            "address": {
                "streetAddress": "Environmental Hub, Cledford Lane, Cheshire",
                "locality": "Middlewich",
                "region": "UKD62",
                "postalCode": "CW10 0JR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.ansa.co.uk"
            }
        },
        {
            "id": "GB-FTS-25202",
            "name": "East Cheshire -- Engine of the North Ltd",
            "identifier": {
                "legalName": "East Cheshire -- Engine of the North Ltd"
            },
            "address": {
                "streetAddress": "Environmental Hub, Cledford Lane, Cheshire",
                "locality": "Cheshire",
                "region": "UKD62",
                "postalCode": "CW10 0JR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "info@engineofthenorth.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.engineofthenorth.co.uk/"
            }
        },
        {
            "id": "GB-FTS-25203",
            "name": "Unity Partnership Ltd",
            "identifier": {
                "legalName": "Unity Partnership Ltd"
            },
            "address": {
                "streetAddress": "Henshaw House, Cheapside",
                "locality": "Oldham",
                "region": "UKD3",
                "postalCode": "OL1 1NY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "enquiries@unitypartnership.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.unitypartnership.com/"
            }
        },
        {
            "id": "GB-FTS-587",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand, Holborn",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-43886",
            "name": "Cheshire East Borough Council",
            "identifier": {
                "legalName": "Cheshire East Borough Council"
            },
            "address": {
                "streetAddress": "PO Box 22",
                "locality": "Crewe",
                "region": "UKD62",
                "postalCode": "CW1 2BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cheshireeast.gov.uk/home.aspx"
            }
        },
        {
            "id": "GB-FTS-43887",
            "name": "Altitude Services Limited (Lots 1, 2 and 3)",
            "identifier": {
                "legalName": "Altitude Services Limited (Lots 1, 2 and 3)"
            },
            "address": {
                "streetAddress": "Birdhall Cottages, Rowlands Road, Summerseat",
                "locality": "Bury",
                "region": "UKD3",
                "postalCode": "BL9 5PA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-43888",
            "name": "Fabrikat (Nottingham) Ltd T/A Neoterik (Lots 1, 2, 6, 7 and 8)",
            "identifier": {
                "legalName": "Fabrikat (Nottingham) Ltd T/A Neoterik (Lots 1, 2, 6, 7 and 8)"
            },
            "address": {
                "streetAddress": "Hamilton Road, Nottinghamshire",
                "locality": "Sutton-in-Ashfield",
                "region": "UKF15",
                "postalCode": "NG17 5LN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-43889",
            "name": "Intratest Ltd (Lots 1, 2, 6, 7 and 8)",
            "identifier": {
                "legalName": "Intratest Ltd (Lots 1, 2, 6, 7 and 8)"
            },
            "address": {
                "streetAddress": "Fairstowe Chambers, Library Road, Dorset",
                "locality": "Ferndown",
                "region": "UKK",
                "postalCode": "BH22 9JP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-43890",
            "name": "Kiwa Ltd T/A Kiwa CMT Testing (Lots 1, 2 and 7)",
            "identifier": {
                "legalName": "Kiwa Ltd T/A Kiwa CMT Testing (Lots 1, 2 and 7)"
            },
            "address": {
                "streetAddress": "Kiwa House, Malvern View, Bishops Cleeve, Gloucestershire",
                "locality": "Cheltenham",
                "region": "UKK13",
                "postalCode": "GL52 7DQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-43891",
            "name": "MPH Inspection Services Ltd (Lots 1, 2 and 4)",
            "identifier": {
                "legalName": "MPH Inspection Services Ltd (Lots 1, 2 and 4)"
            },
            "address": {
                "streetAddress": "9 Whitehouse Gardens, North Yorkshire",
                "locality": "York",
                "region": "UKE2",
                "postalCode": "YO24 1DZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-43892",
            "name": "Inspectorate Ltd T/A Roch NDT Services (Lots 1, 2, 4, 5, 6, 7 and 9)",
            "identifier": {
                "legalName": "Inspectorate Ltd T/A Roch NDT Services (Lots 1, 2, 4, 5, 6, 7 and 9)"
            },
            "address": {
                "streetAddress": "Sanderum House, Oakley Road, Oxon",
                "locality": "Chinnor",
                "region": "UKJ14",
                "postalCode": "OX39 4TW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-25180",
        "name": "Wigan Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "003897-2022-1",
            "relatedLots": [
                "1 to 9"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-43887",
                    "name": "Altitude Services Limited (Lots 1, 2 and 3)"
                },
                {
                    "id": "GB-FTS-43888",
                    "name": "Fabrikat (Nottingham) Ltd T/A Neoterik (Lots 1, 2, 6, 7 and 8)"
                },
                {
                    "id": "GB-FTS-43889",
                    "name": "Intratest Ltd (Lots 1, 2, 6, 7 and 8)"
                },
                {
                    "id": "GB-FTS-43890",
                    "name": "Kiwa Ltd T/A Kiwa CMT Testing (Lots 1, 2 and 7)"
                },
                {
                    "id": "GB-FTS-43891",
                    "name": "MPH Inspection Services Ltd (Lots 1, 2 and 4)"
                },
                {
                    "id": "GB-FTS-43892",
                    "name": "Inspectorate Ltd T/A Roch NDT Services (Lots 1, 2, 4, 5, 6, 7 and 9)"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "003897-2022-1",
            "awardID": "003897-2022-1",
            "status": "active",
            "dateSigned": "2022-02-01T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1 to 9",
                "value": 8
            },
            {
                "id": "6",
                "measure": "smeBids",
                "relatedLot": "1 to 9",
                "value": 8
            },
            {
                "id": "7",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1 to 9",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1 to 9",
                "value": 0
            },
            {
                "id": "9",
                "measure": "electronicBids",
                "relatedLot": "1 to 9",
                "value": 8
            },
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1 to 9",
                "value": 1,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1 to 9",
                "value": 1200000,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 1,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 1200000,
                "currency": "GBP"
            }
        ]
    }
}