Tender

GMCA Framework Agreement for Street Lighting Visual and Structural Inspection and Testing Services 2021 - 2025

  • Wigan Council
  • Bury Council
  • Manchester City Council
  • Oldham Council
  • Rochdale Council
Show 24 more buyers Show fewer buyers
  • Salford City Council
  • Stockport Metropolitan Borough Council
  • Tameside Metropolitan Borough Council
  • Trafford Council
  • Bolton Council
  • Blackburn with Darwen Borough Council
  • Blackpool Council
  • Cheshire East Borough Council
  • Warrington Borough Council
  • Greater Manchester Fire and Rescue Service (GMCA)
  • Transport for Greater Manchester (TfGM)
  • Greater Manchester Police (The PCC for GM)
  • Greater Manchester Waste Disposal Authority (GMCA)
  • Manchester Airport plc
  • Lancashire County Council
  • St. Helens Council
  • Totally Local Company
  • Stockport Homes
  • Link4Life
  • Trafford Leisure
  • Orbitas Bereavement Services Ltd
  • ANSA Environmental Services Ltd
  • East Cheshire — Engine of the North Ltd
  • Unity Partnership Ltd

F02: Contract notice

Notice identifier: 2021/S 000-019409

Procurement identifier (OCID): ocds-h6vhtk-02d340

Published 11 August 2021, 9:16am



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

Email

C.Pennington@wigan.gov.uk

Telephone

+44 1942489323

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.wigan.gov.uk/

Buyer's address

http://www.wigan.gov.uk/

one.1) Name and addresses

Bury Council

Town Hall, Knowsley Street

Bury

BL9 0SW

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.bury.gov.uk/

one.1) Name and addresses

Manchester City Council

Town Hall, Albert Square

Manchester

M60 2LA

Email

procurement@wigan.gov.uk

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

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.oldham.gov.uk/

one.1) Name and addresses

Rochdale Council

Town Hall, The Esplanade

Rochdale

OL16 1AB

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.rochdale.gov.uk/

one.1) Name and addresses

Salford City Council

Civic Centre, Chorley Road, Swinton

Salford

M27 5AW

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.salford.gov.uk/

one.1) Name and addresses

Stockport Metropolitan Borough Council

Town Hall, Edward Street

Stockport

SK1 3XE

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.stockport.gov.uk/

one.1) Name and addresses

Tameside Metropolitan Borough Council

Dukinfield Town Hall, King Street, Tameside

Dukinfield

SK16 4LA

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.tameside.gov.uk/

one.1) Name and addresses

Trafford Council

Trafford Town Hall, Talbot Road

Stretford

M32 0TH

Email

procurement@wigan.gov.uk

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

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.bolton.gov.uk/

one.1) Name and addresses

Blackburn with Darwen Borough Council

King William Street

Blackburn

BB1 7DY

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD41 - Blackburn with Darwen

Internet address(es)

Main address

https://www.blackburn.gov.uk/

one.1) Name and addresses

Blackpool Council

Municipal Buildings, Corporation Street

Blackpool

FY1 1NF

Email

procurement@wigan.gov.uk

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

Email

procurement@wigan.gov.uk

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

Email

procurement@wigan.gov.uk

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

Email

procurement@wigan.gov.uk

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

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://tfgm.com/

one.1) Name and addresses

Greater Manchester Police (The PCC for GM)

Central Park, Northampton Road

Manchester

M40 5BP

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.gmp.police.uk/

one.1) Name and addresses

Greater Manchester Waste Disposal Authority (GMCA)

Medtia Chambers, 5 Barn Street

Oldham

OL1 1LP

Email

procurement@wigan.gov.uk

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

Email

procurement@wigan.gov.uk

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

Email

procurement@wigan.gov.uk

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

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD7 - Merseyside

Internet address(es)

Main address

https://www.sthelens.gov.uk/

one.1) Name and addresses

Totally Local Company

Enterprise House, Oakhurst Drive

Stockport

SK3 0XT

Email

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

Email

procurement@wigan.gov.uk

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

Email

admin@link4life.org

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://link4life.org/

one.1) Name and addresses

Trafford Leisure

Floor 3, Number One Riverside, Smith Street

Trafford

OL16 1ZL

Email

procurement@wigan.gov.uk

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

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD62 - Cheshire East

Internet address(es)

Main address

http://www.orbitas.co.uk

one.1) Name and addresses

ANSA Environmental Services Ltd

Environmental Hub, Cledford Lane, Cheshire

Middlewich

CW10 0JR

Email

procurement@wigan.gov.uk

Country

United Kingdom

NUTS code

UKD62 - Cheshire East

Internet address(es)

Main address

http://www.ansa.co.uk

one.1) Name and addresses

East Cheshire — Engine of the North Ltd

Environmental Hub, Cledford Lane, Cheshire

Cheshire

CW10 0JR

Email

info@engineofthenorth.co.uk

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

Email

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

https://www.the-chest.org.uk

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