- 1. Wigan Council
- 2. Bury Council
- 3. Manchester City Council
- 4. Oldham Council
- 5. Rochdale Council
- 6. Salford City Council
- 7. Stockport Metropolitan Borough Council
- 8. Tameside Metropolitan Borough Council
- 9. Trafford Council
- 10. Bolton Council
- 11. Blackburn with Darwen Borough Council
- 12. Blackpool Council
- 13. Cheshire East Borough Council
- 14. Warrington Borough Council
- 15. Greater Manchester Fire and Rescue Service (GMCA)
- 16. Transport for Greater Manchester (TfGM)
- 17. Greater Manchester Police (The PCC for GM)
- 18. Greater Manchester Waste Disposal Authority (GMCA)
- 19. Manchester Airport plc
- 20. Lancashire County Council
- 21. St. Helens Council
- 22. Totally Local Company
- 23. Stockport Homes
- 24. Link4Life
- 25. Trafford Leisure
- 26. Orbitas Bereavement Services Ltd
- 27. ANSA Environmental Services Ltd
- 28. East Cheshire — Engine of the North Ltd
- 29. Unity Partnership Ltd
Section one: Contracting authority
one.1) Name and addresses
Wigan Council
Directorate of Places: Environment, Wigan Life Centre South, PO Box 100
Wigan
WN1 3DS
Contact
Mr. Christopher Pennington
Telephone
+44 1942489323
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Bury Council
Town Hall, Knowsley Street
Bury
BL9 0SW
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
one.1) Name and addresses
Manchester City Council
Town Hall, Albert Square
Manchester
M60 2LA
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://www.manchester.gov.uk/
one.1) Name and addresses
Oldham Council
Civic Centre, West Street
Oldham
OL1 1UT
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
one.1) Name and addresses
Rochdale Council
Town Hall, The Esplanade
Rochdale
OL16 1AB
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
one.1) Name and addresses
Salford City Council
Civic Centre, Chorley Road, Swinton
Salford
M27 5AW
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
one.1) Name and addresses
Stockport Metropolitan Borough Council
Town Hall, Edward Street
Stockport
SK1 3XE
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
one.1) Name and addresses
Tameside Metropolitan Borough Council
Dukinfield Town Hall, King Street, Tameside
Dukinfield
SK16 4LA
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
one.1) Name and addresses
Trafford Council
Trafford Town Hall, Talbot Road
Stretford
M32 0TH
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://www.trafford.gov.uk/Home.aspx
one.1) Name and addresses
Bolton Council
Victoria Square
Bolton
BL1 1RU
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
one.1) Name and addresses
Blackburn with Darwen Borough Council
King William Street
Blackburn
BB1 7DY
Country
United Kingdom
NUTS code
UKD41 - Blackburn with Darwen
Internet address(es)
Main address
one.1) Name and addresses
Blackpool Council
Municipal Buildings, Corporation Street
Blackpool
FY1 1NF
Country
United Kingdom
NUTS code
UKD42 - Blackpool
Internet address(es)
Main address
https://www.blackpool.gov.uk/Home.aspx
one.1) Name and addresses
Cheshire East Borough Council
PO Box 22
Crewe
CW1 2BJ
Country
United Kingdom
NUTS code
UKD62 - Cheshire East
Internet address(es)
Main address
https://www.cheshireeast.gov.uk/home.aspx
one.1) Name and addresses
Warrington Borough Council
New Town House, Buttermarket Street
Warrington
WA1 2NH
Country
United Kingdom
NUTS code
UKD61 - Warrington
Internet address(es)
Main address
https://www.warrington.gov.uk/
one.1) Name and addresses
Greater Manchester Fire and Rescue Service (GMCA)
146 Bolton Road
Swinton
M27 8US
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://manchesterfire.gov.uk/
one.1) Name and addresses
Transport for Greater Manchester (TfGM)
2 Piccadilly Place
Manchester
M1 3BG
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
one.1) Name and addresses
Greater Manchester Police (The PCC for GM)
Central Park, Northampton Road
Manchester
M40 5BP
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
one.1) Name and addresses
Greater Manchester Waste Disposal Authority (GMCA)
Medtia Chambers, 5 Barn Street
Oldham
OL1 1LP
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://www.greatermanchester-ca.gov.uk/what-we-do/environment/waste-and-resources/
one.1) Name and addresses
Manchester Airport plc
Olympic House
Manchester
M90 1QX
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://www.manchesterairport.co.uk/
one.1) Name and addresses
Lancashire County Council
PO Box 78, County Hall, Fishergate, Lancashire
Preston
PR1 8XJ
Country
United Kingdom
NUTS code
UKD4 - Lancashire
Internet address(es)
Main address
https://www.lancashire.gov.uk/
one.1) Name and addresses
St. Helens Council
Wesley House, Corporation Street, Merseyside
St. Helens
WA10 1HF
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
one.1) Name and addresses
Totally Local Company
Enterprise House, Oakhurst Drive
Stockport
SK3 0XT
info@totallylocalcompany.co.uk
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://www.totallylocalcompany.co.uk/
one.1) Name and addresses
Stockport Homes
Cornerstone, 2 Edward Street
Stockport
SK3 0XT
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://www.stockporthomes.org/
one.1) Name and addresses
Link4Life
Floor 3, Number One Riverside, Smith Street
Rochdale
OL16 1ZL
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
one.1) Name and addresses
Trafford Leisure
Floor 3, Number One Riverside, Smith Street
Trafford
OL16 1ZL
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://traffordleisure.co.uk/
one.1) Name and addresses
Orbitas Bereavement Services Ltd
Crewe Cemetery Office, Market Close, Cheshire
Crewe
CW1 2NA
Country
United Kingdom
NUTS code
UKD62 - Cheshire East
Internet address(es)
Main address
one.1) Name and addresses
ANSA Environmental Services Ltd
Environmental Hub, Cledford Lane, Cheshire
Middlewich
CW10 0JR
Country
United Kingdom
NUTS code
UKD62 - Cheshire East
Internet address(es)
Main address
one.1) Name and addresses
East Cheshire — Engine of the North Ltd
Environmental Hub, Cledford Lane, Cheshire
Cheshire
CW10 0JR
Country
United Kingdom
NUTS code
UKD62 - Cheshire East
Internet address(es)
Main address
http://www.engineofthenorth.co.uk/
one.1) Name and addresses
Unity Partnership Ltd
Henshaw House, Cheapside
Oldham
OL1 1NY
enquiries@unitypartnership.com
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://www.unitypartnership.com/
one.2) Information about joint procurement
The contract involves joint procurement
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
GMCA Framework Agreement for Street Lighting Visual and Structural Inspection and Testing Services
Reference number
DN562119
two.1.2) Main CPV code
- 71630000 - Technical inspection and testing services
two.1.3) Type of contract
Services
two.1.4) Short 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.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £1 / Highest offer: £1,200,000 taken into consideration
two.2) Description
two.2.1) Title
Lots 1 to 9
Lot No
1 to 9
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 71000000 - Architectural, construction, engineering and inspection services
- 71300000 - Engineering services
- 71600000 - Technical testing, analysis and consultancy services
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
- UKD4 - Lancashire
- UKD6 - Cheshire
- UKD7 - Merseyside
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 7.5
Quality criterion - Name: Quality Assurance / Weighting: 7.5
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Management Information / Weighting: 3
Quality criterion - Name: Health and Safety at Work / Weighting: 3
Quality criterion - Name: Training / Weighting: 2
Quality criterion - Name: Exit Planning / Weighting: 2
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 60
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-019409
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 February 2022
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Altitude Services Limited (Lots 1, 2 and 3)
Birdhall Cottages, Rowlands Road, Summerseat
Bury
BL9 5PA
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Fabrikat (Nottingham) Ltd T/A Neoterik (Lots 1, 2, 6, 7 and 8)
Hamilton Road, Nottinghamshire
Sutton-in-Ashfield
NG17 5LN
Country
United Kingdom
NUTS code
- UKF15 - North Nottinghamshire
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Intratest Ltd (Lots 1, 2, 6, 7 and 8)
Fairstowe Chambers, Library Road, Dorset
Ferndown
BH22 9JP
Country
United Kingdom
NUTS code
- UKK - South West (England)
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Kiwa Ltd T/A Kiwa CMT Testing (Lots 1, 2 and 7)
Kiwa House, Malvern View, Bishops Cleeve, Gloucestershire
Cheltenham
GL52 7DQ
Country
United Kingdom
NUTS code
- UKK13 - Gloucestershire
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
MPH Inspection Services Ltd (Lots 1, 2 and 4)
9 Whitehouse Gardens, North Yorkshire
York
YO24 1DZ
Country
United Kingdom
NUTS code
- UKE2 - North Yorkshire
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Inspectorate Ltd T/A Roch NDT Services (Lots 1, 2, 4, 5, 6, 7 and 9)
Sanderum House, Oakley Road, Oxon
Chinnor
OX39 4TW
Country
United Kingdom
NUTS code
- UKJ14 - Oxfordshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £1,200,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom