Modification notice
Modification of a contract/concession during its term
Section I: Contracting
entity
I.1) Name and addresses
City & County of Swansea
Civic Centre
Swansea
SA1 3SN
UK
Telephone: +44 1792637242
E-mail: procurement@swansea.gov.uk
NUTS: UKL18
Internet address(es)
Main address: https://www.swansea.gov.uk/dobusiness
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0254
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for Carriageway Resurfacing Contract
Reference number: CCS/21/483
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.2) Description
II.2.2) Additional CPV code(s)
45233251
45233000
45233100
45233110
45233120
II.2.3) Place of performance
NUTS code:
UKL18
Main site or place of performance:
Various Sites in Swansea
II.2.4) Description of the procurement
To supply works in relation to Highways Carriageway Resurfacing programme.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 48
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-031425
Section V: Award of contract/concession
Contract No: CCS/21/483
Title: Framework Agreement for Carriageway Resurfacing Contract
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
05/10/2022
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor/concessionaire
Hanson Quarry Products Europe Ltd T/A Hanson Contracting
Machen Quarry, Machen
Newport
CF838YP
UK
NUTS: UK
The contractor/concessionaire is an SME:
No
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: .01
GBP
Section VI: Complementary information
VI.3) Additional information
(WA Ref:163195)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.4.2) Body responsible for mediation procedures
City & County of Swansea, Legal, Democratic Services & Business Intelligence
Civic Centre
SWANSEA
SA1 3SN
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals:
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period will extend to 15 calendar days for communication by non-electronic means. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made. Should additional information be required it should be requested of the addressee in section I.1. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must be brought promptly (generally within 30days). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Council to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Council to pay a civil financial penalty, and/or order that the duration of the contract be shortened. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Council has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
City & County of Swansea, Legal, Democratic Services & Business Intelligence
Civic Centre,
SWANSEA
SA1 3SN
UK
VI.5) Date of dispatch of this notice
24/03/2026
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
45000000
VII.1.2) Additional CPV code(s)
45233000
45233110
45233120
45233100
VII.1.3) Place of performance
NUTS code:
UKL18
Main site or place of performance:
various locations in Swansea
VII.1.4) Description of the procurement
The City and County of Swansea in a Local Authority that in on the boundary of West Wales and is boarded by the counties of Neath Port Talbot and Carmarthenshire.
We in the City and County of Swansea are very clear about our aspirations for the county and how we wish to not only transform it for the future but importantly maintain our assets for generations to come and as such making the county a better place for all of our people.
To assist us in this process we have identified the need to extend the existing Framework Agreement for the Carriageway Resurfacing Contract to mitigate against disruption to/delay in scheme delivery and to facilitate a smooth transaction when the current F/A ends and the new Tender is issued at the end of the 2026/27 FY.
The County is responsible for the maintenance of more than 1100km of carriageway, 1500km of footway and in excess of 200 bridges and structures. It is our aim that the extension of this F/A will ensure that these assets are:
- Return the County’s infrastructure to an acceptable standard where identified
- Significantly improve the appearance of the highway network
- Bring real improvements to the quality of life in local communities
The F/A will consist of one lot: to carry out carriageway resurfacing and associated works identified in the current program plus additional projects subject to funding.
This framework is required to deliver our strategic objectives and the Contractor/s will be expected to demonstrate year on year improvements to satisfying the following objectives:
- Ensuring the network is safe for users, as far as is reasonably practicable – so that we are able to comply with our statutory duties and successfully defend against potential claims
- Maintain the value of the highway assets – to ensure sound financial management of the highway assets
- Maintain the visual appearance of the network – to help enhance the environment of the County
- Maintain availability of the highway network ensuring that highway users are free to travel with minimal disruption
- Minimise disruption to residents and businesses – so that those living and working in the County suffer minimal disruption from Tasks being undertaken on the highway
To facilitate this, works may include but not be limited to the following:
New Highway Construction
Highway Improvements
Traffic Calming
Carriageway reconstruction
Footway reconstruction
Surfacing of carriageways
Surfacing of footpaths
Specialist surface treatments
Drainage and ducting
Painting including structural painting
Maintenance and renewal of safety fencing
Concrete placing and repair
Waterproofing of structures
Brickwork and Blockwork
General Civil Engineering
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 55
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 18 000 000.00 GBP
The contract/concession has been awarded to a group of economic operators:
No
VII.1.7) Name and address of the contractor/concessionaire
Hanson Quarry Products Europe Ltd
Machen Quarry, Machen
Newport
CF838YP
UK
NUTS: UKL12
The contractor/concessionaire is an SME:
No
VII.2) Information about modifications
VII.2.1) Description of the modifications
The contract has been extended for 7 months to allow sufficient time to complete the tender process in 2027.
VII.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
We have identified the need to extend the existing Framework Agreement for the Carriageway Resurfacing Contract to mitigate against disruption to/delay in scheme delivery and to facilitate a smooth transaction when the current F/A ends and the new Tender is issued at the end of the 2026/27 FY.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 12 000 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 18 000 000.00 Currency: GBP