Technical inspection and testing services | Tenderlake

Technical inspection and testing services

Contract Value:
-
Notice Type:
Contract award notice
Published Date:
10 February 2022
Closing Date:
Location(s):
UKD3 Greater Manchester (UK UNITED KINGDOM)
UKD4 Lancashire (UK UNITED KINGDOM)
UKD6 Cheshire (UK UNITED KINGDOM)
UKD7 Merseyside (UK UNITED KINGDOM)
Description:
GMCA Framework Agreement for Street Lighting Visual and Structural Inspection and Testing Services

The purpose of this tender is to establish a framework agreement for visual and structural

inspection and testing services of street lighting columns and traffic sign poles (or other

similar structures) to determine their condition which can be accessed by organisational

bodies participatory to the framework. The framework agreement will consist of 9 lots based

on indicative, strength and other test methods that are specified in the Institution of Lighting

Professionals (ILP) Guidance Note 22 ‘Asset Management Toolkit: Minor Structures’.

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


Lots 1 to 9

The purpose of this tender is to establish a framework agreement for visual and structural

inspection and testing services of street lighting columns and traffic sign poles (or other

similar structures) to determine their condition which can be accessed by organisational

bodies participatory to the framework. The street lighting equipment will generally be

located on trunk roads, main roads, residential streets, footpaths, car parks and other similar

areas. Visual and structural inspection and testing shall be applied to steel, stainless steel,

aluminium and concrete lighting units. The street lighting units will typically be circular,

hexagonal or octagonal in cross section and will typically be 4 metres, 5m, 6m, 8m, 10m or

12m in height. Traffic sign units will typically be circular or box in cross section and will

typically be 2,2 metres, 3m, 4m or 5m in height. Occasionally, fold-down street lighting

columns or traffic sign poles may be included. Street lighting columns and traffic sign poles

will mainly be of the planted root type, however on occasion they will be of a flange plate

type.

The framework agreement will consist of 9 lots based on indicative, strength and other test

methods that are specified in the Institution of Lighting Professionals (ILP) Guidance Note

22 ‘Asset Management Toolkit: Minor Structures’. All of the test methods must meet the

recommendations of that guidance note and follow the guidance of the British Standards

Institute's BS5649 and BS EN 40. The services provided must comply with all the standards

and regulations stated in the specification within the Invitation to Tender document. It is the intention to appoint between 3 and 5 providers to each lot, subject to there being sufficient

tenderers who satisfy the criteria laid down within the tender process.

Call-off contracts will be awarded on a direct award basis, with the contracting bodies

assessing which provider's tender offers the Most Economically Advantageous Tender for

their testing requirements from the different types of tests/lots. This provider and/or

combination of providers will be appointed as the 1st Provider. The 1st Provider will be

contacted in the first instance by contracting bodies in respect of any requirements for

services. Should the 1st provider not have the capacity and/or capability and/or not be

willing to provide the services then the contracting bodies would then contact the 2nd

Provider and 3rd Provider in turn, or by means of re-opening competition to all providers

capable of meeting the requirement within the framework agreement via a mini-competition

process within the applicable lot(s).

The services provided under the framework agreement will be made available to members

and associate members of the Greater Manchester Combined Authority (GMCA) and other

participating authorities and organisational bodies named in the Invitation to Tender

documentation. The Invitation to Tender documentation contains further details on those

organisations intending to use the framework agreement at its outset, with the estimated

number of inspections to be called-off from the framework agreement being shown for

indicative purposes only within the Invitation to Tender documentation. None of the named

organisations will however be obliged to procure through the framework agreement.

Economic operators should note that inclusion on the framework agreement is not a

guarantee that any call-off contracts will be awarded.

The framework agreement will initially run for a period of 2 years and will allow for 2 further

periods of extension of 12 months each. The maximum duration of the framework agreement

will be 4 years.

Awarded to:
Altitude Services Limited (Lots 1, 2 and 3), Bury (UK)
Fabrikat (Nottingham) Ltd T/A Neoterik (Lots 1, 2, 6, 7 and 8), Sutton-in-Ashfield (UK)
Inspectorate Ltd T/A Roch NDT Services (Lots 1, 2, 4, 5, 6, 7 and 9), Chinnor (UK)
Intratest Ltd (Lots 1, 2, 6, 7 and 8), Ferndown (UK)
Kiwa Ltd T/A Kiwa CMT Testing (Lots 1, 2 and 7), Cheltenham (UK)
MPH Inspection Services Ltd (Lots 1, 2 and 4), York (UK)
Download full details as .pdf
The Buyer:
Wigan Council
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
71630000 - Technical inspection and testing services