Tender
Wigan Council
Publication Platform
DUE NORTH LIMITED
Publication Date
11 August 2021
Deadline
5:00pm, 17 September 2021
Tender ID
WIGN001-DN562119-90590704
2021-08-11T11:21:32Z
ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04-459655-wign001-dn562119-90590704
tender
2021-08-11T11:33:00Z
ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04-459658-wign001-dn562119-90590704
tender
2022-02-10T16:25:01Z
award
ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04-509226-wign001-dn562119-90590704
Description
The purpose of this tender is to establish a framework agreement for visual and structural inspection and testing services of street lighting columns and traffic sign poles (or other similar structures) to determine their condition which can be accessed by organisational bodies participatory to the framework. The street lighting equipment will generally be located on trunk roads, main roads, residential streets, footpaths, car parks and other similar areas. Visual and structural inspection and testing shall be applied to steel, stainless steel, aluminium and concrete lighting units. The street lighting units will typically be circular, hexagonal or octagonal in cross section and will typically be 4 metres, 5m, 6m, 8m, 10m or 12m in height. Traffic sign units will typically be circular or box in cross section and will typically be 2,2 metres, 3m, 4m or 5m in height. Occasionally, fold-down street lighting columns or traffic sign poles may be included. Street lighting columns and traffic sign poles will mainly be of the planted root type, however on occasion they will be of a flange plate type.
The framework agreement will consist of 9 lots based on indicative, strength and other test methods that are specified in the Institution of Lighting Professionals (ILP) Guidance Note 22 'Asset Management Toolkit: Minor Structures'. All of the test methods must meet the recommendations of that guidance note and follow the guidance of the British Standards Institute's BS5649 and BS EN 40. The services provided must comply with all the standards and regulations stated in the specification within the Invitation to Tender document. It is the intention to appoint between 3 and 5 providers to each lot, subject to there being sufficient tenderers who satisfy the criteria laid down within the tender process.
The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other participating authorities and organisational bodies named in the Invitation to Tender documentation.
The framework agreement will initially run for a period of 2 years and will allow for 2 further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.
This Contract Notice was submitted for publication on the Find a Tender Service (FTS) website on 11th August 2021 and published with reference number 2021/S 000-019409.
Tender
Wigan Council
Publication Platform
DUE NORTH LIMITED
Publication Date
11 August 2021
Deadline
5:00pm, 17 September 2021
Tender ID
WIGN001-DN562119-90590704
2021-08-11T11:21:32Z
ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04-459655-wign001-dn562119-90590704
tender
2021-08-11T11:33:00Z
ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04-459658-wign001-dn562119-90590704
tender
2022-02-10T16:25:01Z
award
ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04-509226-wign001-dn562119-90590704
Description
The purpose of this tender is to establish a framework agreement for visual and structural inspection and testing services of street lighting columns and traffic sign poles (or other similar structures) to determine their condition which can be accessed by organisational bodies participatory to the framework. The street lighting equipment will generally be located on trunk roads, main roads, residential streets, footpaths, car parks and other similar areas. Visual and structural inspection and testing shall be applied to steel, stainless steel, aluminium and concrete lighting units. The street lighting units will typically be circular, hexagonal or octagonal in cross section and will typically be 4 metres, 5m, 6m, 8m, 10m or 12m in height. Traffic sign units will typically be circular or box in cross section and will typically be 2,2 metres, 3m, 4m or 5m in height. Occasionally, fold-down street lighting columns or traffic sign poles may be included. Street lighting columns and traffic sign poles will mainly be of the planted root type, however on occasion they will be of a flange plate type.
The framework agreement will consist of 9 lots based on indicative, strength and other test methods that are specified in the Institution of Lighting Professionals (ILP) Guidance Note 22 'Asset Management Toolkit: Minor Structures'. All of the test methods must meet the recommendations of that guidance note and follow the guidance of the British Standards Institute's BS5649 and BS EN 40. The services provided must comply with all the standards and regulations stated in the specification within the Invitation to Tender document. It is the intention to appoint between 3 and 5 providers to each lot, subject to there being sufficient tenderers who satisfy the criteria laid down within the tender process.
The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other participating authorities and organisational bodies named in the Invitation to Tender documentation. The financial value of the framework agreement as stated in this notice is an estimated value should the framework run for the full 4 year period, however the actual financial value may differ.
The framework agreement will initially run for a period of 2 years and will allow for 2 further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.
This Contract Notice was submitted for publication on the Find a Tender Service (FTS) website on 11th August 2021 and published with reference number 2021/S 000-019409.
Award
Wigan Council
Publication Platform
DUE NORTH LIMITED
Publication Date
10 February 2022
Deadline
5:00pm, 17 September 2021
Tender ID
WIGN001-DN562119-90590704
2021-08-11T11:21:32Z
ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04-459655-wign001-dn562119-90590704
tender
2021-08-11T11:33:00Z
ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04-459658-wign001-dn562119-90590704
tender
2022-02-10T16:25:01Z
award
ocds-b5fd17-ce555428-e59f-4616-8a17-620438662b04-509226-wign001-dn562119-90590704
Winners
Altitude Services Limited, Fabrikat (Nottingham) Ltd T/A Neoterik, Intratest Ltd, Kiwa Ltd T/A Kiwa CMT Testing, MPH Inspection Services Ltd, Inspectorate Ltd T/A Roch NDT 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 street lighting equipment will generally be located on trunk roads, main roads, residential streets, footpaths, car parks and other similar areas. Visual and structural inspection and testing shall be applied to steel, stainless steel, aluminium and concrete lighting units. The street lighting units will typically be circular, hexagonal or octagonal in cross section and will typically be 4 metres, 5m, 6m, 8m, 10m or 12m in height. Traffic sign units will typically be circular or box in cross section and will typically be 2,2 metres, 3m, 4m or 5m in height. Occasionally, fold-down street lighting columns or traffic sign poles may be included. Street lighting columns and traffic sign poles will mainly be of the planted root type, however on occasion they will be of a flange plate type.
The framework agreement will consist of 9 lots based on indicative, strength and other test methods that are specified in the Institution of Lighting Professionals (ILP) Guidance Note 22 'Asset Management Toolkit: Minor Structures'. All of the test methods must meet the recommendations of that guidance note and follow the guidance of the British Standards Institute's BS5649 and BS EN 40. The services provided must comply with all the standards and regulations stated in the specification within the Invitation to Tender document. It is the intention to appoint between 3 and 5 providers to each lot, subject to there being sufficient tenderers who satisfy the criteria laid down within the tender process.
The services provided under the framework agreement will be made available to members and associate members of the Greater Manchester Combined Authority (GMCA) and other participating authorities and organisational bodies named in the Invitation to Tender documentation. The financial value of the framework agreement as stated in this notice is an estimated value should the framework run for the full 4 year period, however the actual financial value may differ.
The framework agreement will initially run for a period of 2 years and will allow for 2 further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.
This Contract Notice was submitted for publication on the Find a Tender Service (FTS) website on 11th August 2021 and published with reference number 2021/S 000-019409.