黑料社

Construction Tenders

03 April 2026

Related Information

Construction Contract Leads

North East

Category Works

Type Tender

No. of Lots 8

Status Active

Published 26th Mar 2026

Tender Details
Referenceocds-h6vhtk-0665cc
Common Procurement VocabularyCarriageway resurfacing works
Procurement MethodCompetitive flexible procedure
Value£45,000,000
« Previous Page

North East

Category Works

Type Tender

No. of Lots 8

Status Active

Published 26th Mar 2026

Tender Details
Referenceocds-h6vhtk-0665cc
Common Procurement VocabularyCarriageway resurfacing works
Procurement MethodCompetitive flexible procedure
Value£45,000,000

Scope

Description

Tameside Council is pleased to invite suitably experienced and innovative contractors to participate in this procurement opportunity for the delivery of works and services across our highway network. As a vital part of our Housing, Environment and Estates Directorate, the Highways Service plays a central role in supporting safe travel, economic growth and high quality infrastructure for our communities. This procurement marks an important step in strengthening the resilience, efficiency and long term sustainability of our highway network.

We are seeking partners who can bring technical expertise, forward thinking solutions and a commitment to excellence in maintaining and improving our roads, footways, structures, drainage assets and traffic management systems. The appointed contractor(s) will work collaboratively with us to deliver high performing, value for money services that enhance connectivity, improve reliability and support the wider ambitions of the borough.

The framework agreement will comprise the following lots, which remain indicative at this stage and may be amended, consolidated, or otherwise refined:

LOT 1 Resurfacing

- Carriageway resurfacing

- Carriageway patching

- Footway reconstruction

- Footway resurfacing

- Coring

LOT 2 Minor Civils

- Civils

- Ducting

- Landscaping

- Non illuminated signage

LOT 3 Drainage

- Groundworks

- Drainage

- Gully maintenance

LOT 4 Propriety Treatments

- Surface dressing

- Micro Asphalt

- Carriageway & Footway slurry sealing

- Specialist applications

LOT 5 Bridges, Structures & Barriers

- Bridges

- Retaining walls

- Brickwork

- Road restraint systems

- Steelwork

LOT 6 Lining

- Thermoplastic lining

- Anti - skid

- Coloured surfacing

LOT 7 Street Lighting & Signage

- Column replacement

- Lantern replacement

- Illuminated signage

- CCTV

LOT 8 Traffic Management

- Traffic management

- Event management

The estimated value of the Framework Agreement over its maximum possible term will include the delivery of a 拢45,000,000 (Excluding VAT) capital program in conjunction with our standard revenue budget allocations. Any estimated spend referenced within this framework is indicative only and does not constitute a guarantee of volume or value. It is anticipated that further funding may be made available, but any additional funding will be subject to further Council approval and spend from other participating authorities is neither known nor guaranteed under this framework agreement

Commercial tool

Establishes a framework

Total value (estimated)

  • 拢45,000,000 excluding VAT
  • 拢54,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 30 September 2026 to 29 September 2030
  • Possible extension to 29 March 2032
  • 5 years, 6 months

Description of possible extension:

The framework agreement will be in place for a maximum of 4 years; the council will then have the option to extend with the top ranked bidder on each Lot for up to 2 years.

Main procurement category

Works

Contract locations

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. LOT 1 Resurfacing

Description

Carriageway resurfacing

Carriageway patching

Footway reconstruction

Footway resurfacing

Coring

Lot value (estimated)

  • 拢45,000,000 excluding VAT
  • 拢54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. LOT 2 Minor Civils

Description

Civils

Ducting

Landscaping

Non illuminated signage

Lot value (estimated)

  • 拢45,000,000 excluding VAT
  • 拢54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34928470 - Signage
  • 45000000 - Construction work

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. LOT 3 Drainage

Description

Groundworks

Drainage

Gully maintenance

Lot value (estimated)

  • 拢45,000,000 excluding VAT
  • 拢54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34144410 - Gully emptiers
  • 45000000 - Construction work
  • 90640000 - Gully cleaning and emptying services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. LOT 4 Propriety Treatments

Description

Surface dressing

Micro Asphalt

Carriageway & Footway slurry sealing

Specialist applications

Lot value (estimated)

  • 拢45,000,000 excluding VAT
  • 拢54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 44113810 - Surface dressing
  • 45233225 - Single carriageway construction work

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. LOT 5 Bridges, Structures & Barriers

Description

Bridges

Retaining walls

Brickwork

Road restraint systems

Steelwork

Lot value (estimated)

  • 拢45,000,000 excluding VAT
  • 拢54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34928110 - Road barriers
  • 44210000 - Structures and parts of structures
  • 45221100 - Construction work for bridges

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 6. LOT 6 Lining

Description

Thermoplastic lining

Anti - skid

Coloured surfacing

Lot value (estimated)

  • 拢45,000,000 excluding VAT
  • 拢54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 45233251 - Resurfacing works
  • 76211100 - Lining services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 7. LOT 7 Street Lighting & Signage

Description

Column replacement

Lantern replacement

Illuminated signage

CCTV

Lot value (estimated)

  • 拢45,000,000 excluding VAT
  • 拢54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34928470 - Signage
  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 8. LOT 8 Traffic Management

Description

Traffic management

Event management

Lot value (estimated)

  • 拢45,000,000 excluding VAT
  • 拢54,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34923000 - Road traffic-control equipment
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1.5%

Further information about fees

Fees will apply if another contracting authority chooses to call off the framework agreement. No fees will apply to Tameside Council Contracts.

Framework operation description

The framework agreement will allow for both direct awards and mini鈥慶ompetitions.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

The Local Authority letting the agreement will be establishing this agreement on behalf of those AGMA members, associate members and the associate bodies linked to these Authorities.

Bolton Council, Bury Council, Manchester City Council, Oldham Metropolitan Borough Council, Rochdale Council, Salford City Council, Stockport Metropolitan Borough Council, Tameside Council, Trafford Council and Wigan Council.

Rochdale Council, Stockport Metropolitan Borough, Trafford Council, Tameside Council, Knowsley Council, St Helens Borough Council.

The Associate Members of AGMA are Blackburn with Darwen Council, Blackpool Council, Cheshire East and Warrington Borough Council

It is conceivable that AGMA membership, associate membership and STAR authorities may change over the life of the AGREEMENT, and hence either expand or contract the list of contracting bodies eligible to use this Agreement.

Should any changes occur, then the details of such changes will be made available to interested parties.


Participation

Particular suitability

Lot 1. LOT 1 Resurfacing

Lot 2. LOT 2 Minor Civils

Lot 3. LOT 3 Drainage

Lot 4. LOT 4 Propriety Treatments

Lot 5. LOT 5 Bridges, Structures & Barriers

Lot 6. LOT 6 Lining

Lot 7. LOT 7 Street Lighting & Signage

Lot 8. LOT 8 Traffic Management

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

20 April 2026, 5:00pm

Submission type

Requests to participate

Deadline for requests to participate

27 April 2026, 12:00pm

Submission address and any special instructions

/

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Lot 1. LOT 1 Resurfacing

Lot 2. LOT 2 Minor Civils

Lot 3. LOT 3 Drainage

Lot 4. LOT 4 Propriety Treatments

Lot 5. LOT 5 Bridges, Structures & Barriers

Lot 6. LOT 6 Lining

Lot 7. LOT 7 Street Lighting & Signage

Lot 8. LOT 8 Traffic Management

Minimum 6 suppliers per lot

Selection criteria:

Bidders will be assessed through both pass/fail questions and weighted technical questions. In the event of a tie in weighted scores, all bidders with the same score will progress to the ITT stage.

All relevant criteria can be found in the Procurement Specific Questionnaire.

per lot

Award decision date (estimated)

18 August 2026


Award criteria

Name Type
Price Price
Quality Quality
Social Value Quality

Weighting description

Stage 1 - The Council will assess each Response in line with the criteria set out in the 'Evaluation of the Procurement Specific Questionnaire'. Any Response that receives a 'fail' under these criteria will result in the Applicant being excluded from the tender process. Only Responses that achieve a 'pass' will progress further. Where a Response is scored as a 'fail', the Council will provide feedback explaining the reasons for exclusion. Applicants whose Responses are excluded will not be...

invited to tender

Applications are invited from interested parties. The Council intends to invite up to a maximum of the top 6 highest scoring Applicants per LOT to participate in the Invitation to Tender stage.

The information provided in response the technical ability section will be used by the Council to assess the technical and professional ability of Applicants.

The Bidders' responses to each of the Technical & Professional Ability questions will be evaluate on a score from 1 (one) to 10 (ten) in accordance with the Scoring Criteria will be allocated to each response. Each score will then be weighted in accordance with the weightings allocated to each question, such that the total weighting applied to the Quality Assessment shall be that stated in this table.

Following evaluation of the Applications, the final scores allocated will be used to rank all applicants. The highest scoring 6 applicants will be invited to Tender.

Stage 2 - The Council will then issue the full ITT where criteria will be defined, top 3 scoring applicants for each works LOT will become party to the framework in line with the conditions in the Framework Agreement. The council will enter into contract with a maximum of 3 bidders in each LOT, this number may be less depending on number of successful bids received.


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Stage 1 - The Council will assess each Response in line with the criteria set out in the 'Evaluation of the Procurement Specific Questionnaire'. Any Response that receives a 'fail' under these criteria will result in the Applicant being excluded from the tender process. Only Responses that achieve a 'pass' will progress further. Where a Response is scored as a 'fail', the Council will provide feedback explaining the reasons for exclusion. Applicants whose Responses are excluded will not be invited to tender

Applications are invited from interested parties. The Council intends to invite up to a maximum of the top 6 highest scoring Applicants per LOT to participate in the Invitation to Tender stage.

The information provided in response the technical ability section will be used by the Council to assess the technical and professional ability of Applicants.

The Bidders' responses to each of the Technical & Professional Ability questions will be evaluate on a score from 1 (one) to 10 (ten) in accordance with the Scoring Criteria will be allocated to each response. Each score will then be weighted in accordance with the weightings allocated to each question, such that the total weighting applied to the Quality Assessment shall be that stated in this table.

Following evaluation of the Applications, the final scores allocated will be used to rank all applicants. The highest scoring 6 applicants will be invited to Tender.

Stage 2 - The Council will then issue the full ITT pack were top 3 scoring applicants for each works LOT will become party to the framework in line with the conditions in the Framework Agreement. The council will enter into contract with a maximum of 3 bidders in each LOT, this number may be less depending on number of successful bids received.


Documents

Associated tender documents

Stage 1 documents can be found at the above mentioned web address under reference DN811218


Contracting authority

Tameside Metropolitan Borough Council

  • Public Procurement Organisation Number: PVWB-2493-LWTQ

Tameside One

Ashton under Lyne

OL6 0GS

United Kingdom

Email: procurement [at] star-procurement.gov.uk

Region: UKD35 - Greater Manchester South East

Organisation type: Public authority - sub-central government