- 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
FY1 1NF
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=ec35e16b-13f9-eb11-810d-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 2021 - 2025
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’.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1: Indicative Test Method - Visual Inspection (GN22 Tables 9.1 & 9.2)
Lot No
1
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
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.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Lot 2: Indicative Test Method - Loss of Section monitoring (GN22 Tables 9.1 & 9.2)
Lot No
2
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
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.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Lot 3: Indicative Test Method - Ultrasonic Testing (Guided Waves) (GN22 Tables 9.1 & 9.2)
Lot No
3
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
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.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Lot 4 : Other Indicative Test Methods
Lot No
4
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
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.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Lot 5: Strength Test Method - Static Loading (GN22 Tables 9.1 & 9.2)
Lot No
5
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
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.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Lot 6: Strength Test Method – Ultrasonic Testing (GN22 Tables 9.1 & 9.2)
Lot No
6
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
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.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Lot 7: Strength Test Method – Loss of Section Monitoring (GN22 Tables 9.1 & 9.2)
Lot No
7
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
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.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Lot 8: Strength Test Method – Magnetic Particle Inspection (GN22 Tables 9.1 & 9.2)
Lot No
8
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
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.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Lot 9 : Other Strength Test Methods
Lot No
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
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.
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
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.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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.2.2) Time limit for receipt of tenders or requests to participate
Date
17 September 2021
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 September 2021
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom