Technical inspection and testing services | Tenderlake

Technical inspection and testing services

Contract Value:
GBP 1M - 1M
Notice Type:
Contract Notice
Published Date:
12 August 2016
Closing Date:
12 September 2016
Location(s):
UKD2 Cheshire (UK UNITED KINGDOM)
UKD3 Greater Manchester (UK UNITED KINGDOM)
UKD4 Lancashire (UK UNITED KINGDOM)
UKD5 Merseyside (UK UNITED KINGDOM)
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) Technical Report 22 ‘Managing a Vital Asset: Lighting Supports’.


Lot 1 — Indicative Test Method — Visual Inspection (TR22 Table 18,1)

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) Technical Report 22 ‘Managing a Vital Asset: Lighting Supports’. All of the test methods must meet the recommendations of that report and follow the guidance of the British Standards Institute's BS5469 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 1st 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 Association of Greater Manchester (AGMA) and other participating authorities and organisational bodies as named within this Contract Notice. 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.


Lot 2 — Indicative Test Method — Loss of Section Monitoring (TR22 Table 18,1)

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) Technical Report 22 ‘Managing a Vital Asset: Lighting Supports’. All of the test methods must meet the recommendations of that report and follow the guidance of the British Standards Institute's BS5469 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 1st 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 Association of Greater Manchester (AGMA) and other participating authorities and organisational bodies as named within this Contract Notice. 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.


Lot 3 — Indicative Test Method — Ultrasonic Testing (Guided Waves) (TR22 Table 18,1)

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) Technical Report 22 ‘Managing a Vital Asset: Lighting Supports’. All of the test methods must meet the recommendations of that report and follow the guidance of the British Standards Institute's BS5469 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 1st 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 Association of Greater Manchester (AGMA) and other participating authorities and organisational bodies as named within this Contract Notice. 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.


Lot 4 — Other Indicative Test Methods

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) Technical Report 22 ‘Managing a Vital Asset: Lighting Supports’. All of the test methods must meet the recommendations of that report and follow the guidance of the British Standards Institute's BS5469 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 1st 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 Association of Greater Manchester (AGMA) and other participating authorities and organisational bodies as named within this Contract Notice. 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.


Lot 5 — Strength Test Method — Static Loading (TR22 Table 18,2)

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) Technical Report 22 ‘Managing a Vital Asset: Lighting Supports’. All of the test methods must meet the recommendations of that report and follow the guidance of the British Standards Institute's BS5469 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 1st 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 Association of Greater Manchester (AGMA) and other participating authorities and organisational bodies as named within this Contract Notice. 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.


Lot 6 — Strength Test Method — Ultrasonic Testing (TR22 Table 18,2)

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) Technical Report 22 ‘Managing a Vital Asset: Lighting Supports’. All of the test methods must meet the recommendations of that report and follow the guidance of the British Standards Institute's BS5469 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 1st 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 Association of Greater Manchester (AGMA) and other participating authorities and organisational bodies as named within this Contract Notice. 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.


Lot 7 — Strength Test Method — Loss of Section Monitoring (TR22 Table 18,2)

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) Technical Report 22 ‘Managing a Vital Asset: Lighting Supports’. All of the test methods must meet the recommendations of that report and follow the guidance of the British Standards Institute's BS5469 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 1st 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 Association of Greater Manchester (AGMA) and other participating authorities and organisational bodies as named within this Contract Notice. 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.


Lot 8 — Strength Test Method — Magnetic Particle Inspection (TR22 Table 18,2)

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) Technical Report 22 ‘Managing a Vital Asset: Lighting Supports’. All of the test methods must meet the recommendations of that report and follow the guidance of the British Standards Institute's BS5469 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 1st 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 Association of Greater Manchester (AGMA) and other participating authorities and organisational bodies as named within this Contract Notice. 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.


Lot 9 — Other Strength Test Methods

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) Technical Report 22 ‘Managing a Vital Asset: Lighting Supports’. All of the test methods must meet the recommendations of that report and follow the guidance of the British Standards Institute's BS5469 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 1st 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 Association of Greater Manchester (AGMA) and other participating authorities and organisational bodies as named within this Contract Notice. 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.

Download full details as .pdf
The Buyer:
Wigan Council
CPV Code(s):
50000000 - Repair and maintenance services
50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
50230000 - Repair, maintenance and associated services related to roads and other equipment
50232000 - Maintenance services of public-lighting installations and traffic lights
50232100 - Street-lighting maintenance services
50232200 - Traffic-signal maintenance services
71000000 - Architectural, construction, engineering and inspection services
71300000 - Engineering services
71311210 - Highways consultancy services
71311220 - Highways engineering services
71312000 - Structural engineering consultancy services
71318000 - Advisory and consultative engineering services
71336000 - Engineering support services
71600000 - Technical testing, analysis and consultancy services
71620000 - Analysis services
71621000 - Technical analysis or consultancy services
71630000 - Technical inspection and testing services
71631000 - Technical inspection services
71631400 - Technical inspection services of engineering structures