Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Highways Asset Management and Civils Framework 2025-2029

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-049cc3
Published by:
Bristol City Council
Authority ID:
AA20780
Publication date:
26 February 2025
Deadline date:
04 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Bristol City Council wishes to appoint a number of providers onto a framework for the provision of Highways Asset Management and Civils Work. The framework will be in place for four years with 10 lots as follows:

- Lot 1: Machine Laid Surfacing

- Lot 2: Surface Dressing and Micro Asphalts

- Lot 3: Slurry Seal and Preventative Treatments

- Lot 4: Road Markings, Road Studs, High Friction & Coloured Surfacing and Joint / Crack Repair Systems

- Lot 5: Highways Civil Engineering works up to £499,999 (excluding VAT)

- Lot 6: Highway Civil Engineering works over £500,000 (excluding VAT) and other specialist Highway Engineering works

- Lot 7: Structural and Steel Maintenance, Repairs and Reconstruction Works to Bridges and Highway Retaining Wall Structures up to £499,999 (excluding VAT)

- Lot 8: Structural and Steel Maintenance, Repairs and Reconstruction Works to Bridges & Highway Retaining Walls Structures over £500,000 (excluding VAT)

- Lot 9: Geotechnical and Soil Investigation Works on or adjacent to the Highway

- Lot 10: Traffic Management

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Bristol City Council

Bristol City Council, P O Box 3176

BRISTOL

BS3 9FS

UK

Contact person: Mrs Penny Sharp

Telephone: +44 1179223379

E-mail: penny.sharp@bristol.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.bristol.gov.uk/

Address of the buyer profile: https://www.bristol.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Highways Asset Management and Civils Framework 2025-2029

Reference number: DN726020

II.1.2) Main CPV code

45200000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Bristol City Council wishes to appoint a number of providers onto a framework for the provision of Highways Asset Management and Civils Work. The framework will be in place for four years with 10 lots as follows:

- Lot 1: Machine Laid Surfacing

- Lot 2: Surface Dressing and Micro Asphalts

- Lot 3: Slurry Seal and Preventative Treatments

- Lot 4: Road Markings, Road Studs, High Friction & Coloured Surfacing and Joint / Crack Repair Systems

- Lot 5: Highways Civil Engineering works up to £499,999 (excluding VAT)

- Lot 6: Highway Civil Engineering works over £500,000 (excluding VAT) and other specialist Highway Engineering works

- Lot 7: Structural and Steel Maintenance, Repairs and Reconstruction Works to Bridges and Highway Retaining Wall Structures up to £499,999 (excluding VAT)

- Lot 8: Structural and Steel Maintenance, Repairs and Reconstruction Works to Bridges & Highway Retaining Walls Structures over £500,000 (excluding VAT)

- Lot 9: Geotechnical and Soil Investigation Works on or adjacent to the Highway

- Lot 10: Traffic Management

II.1.5) Estimated total value

Value excluding VAT: 288 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Machine Laid Surfacing

II.2.2) Additional CPV code(s)

45233000

II.2.3) Place of performance

NUTS code:

UKK1

II.2.4) Description of the procurement

Planned carriageway surfacing works which will be carried out at individual sites, or as part of a large programme of works, or as an element of a larger highways scheme.

Up to 4 Contractors will be awarded a place on Lot 1, with call-offs being instructed via a direct award process. In the event that the top ranked Contractor cannot resource and declines the work, it may be offered to the 2nd ranked Contractor and so on.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Surface Dressing and Micro Asphalts

II.2.2) Additional CPV code(s)

45233000

II.2.3) Place of performance

NUTS code:

UKK1

II.2.4) Description of the procurement

Surface dressing and micro asphalt to be laid by machine and to be laid by hand. The method will depend on the site constraints and on seasonal programmes of work.

Up to 4 Contractors will be awarded a place on Lot 2, with call-offs being instructed via a direct award process. In the event that the top ranked Contractor cannot resource and declines the work, it may be offered to the 2nd ranked Contractor and so on.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Slurry Seal and Preventative Treatments​

II.2.2) Additional CPV code(s)

45233000

II.2.3) Place of performance

NUTS code:

UKK1

II.2.4) Description of the procurement

A seasonal programme of preventative footway works, including slurry seal and other proprietary treatments.

Up to 4 Contractors will be awarded a place on Lot 3, with call-offs being instructed via a direct award process. In the event that the top ranked Contractor cannot resource and declines the work, it may be offered to the 2nd ranked Contractor and so on.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Road Markings, Road Studs, High Friction & Coloured Surfacing and Joint / Crack Repair Systems

II.2.2) Additional CPV code(s)

45233000

II.2.3) Place of performance

NUTS code:

UKK1

II.2.4) Description of the procurement

Installation of Road Markings or Road Studs which will be carried out at individual sites, or as part of a programme of works, to include new installations and reinstatement following other works. Installation of High Friction or Coloured Surfacing at individual sites, or as part of a programme of works, which may involve the renewal of an existing installation. Installation of Joint and Crack Repair Systems at individual sites, or as part of a programme of works.

Up to 4 Contractors will be awarded a place on Lot 4, with call-offs being instructed via a direct award process. In the event that the top ranked Contractor cannot resource and declines the work, it may be offered to the 2nd ranked Contractor and so on.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Highways Civil Engineering works up to £499,999 (excluding VAT)

II.2.2) Additional CPV code(s)

45200000

II.2.3) Place of performance

NUTS code:

UKK1

II.2.4) Description of the procurement

Minor maintenance projects, new highways projects and traffic management projects up to £499,999 (excluding VAT). The projects will involve a range of disciplines. The Contractor is the Principal Contractor under the Construction (Design and Management) Regulations 2015. The Contractor will need to accommodate within its programme the works being carried out by other contractors involved in the project.

Up to 4 contractors will be awarded a place on Lot 5. The contractors will not be ranked at this stage, they will be ranked on a work package basis. Where all items in the price have be priced at framework stage the call off will be awarded on a direct award basis. If any items have not been priced at framework level (not in the pricing list), the call off will be made via a partial competition process.

In both cases, in the event that the Contractor with the highest score for the work package cannot resource and declines the work, it may be offered to the 2nd place Contractor and so on.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Highway Civil Engineering works over £500,000 (excluding VAT) and other specialist Highway Engineering works

II.2.2) Additional CPV code(s)

45200000

II.2.3) Place of performance

NUTS code:

UKK1

II.2.4) Description of the procurement

Large scale, complex highways and public realm projects valued at and above £500,000 (excluding VAT) and other specialist highway civil engineering requirements valued under £500,000 not covered in the generic Scope. The projects will involve a range of disciplines. The Contractor is the Principal Contractor under the Construction (Design and Management) Regulations 2015. The Contractor will need to accommodate within its programme the works being carried out by other contractors involved in the project.

Up to 6 Contractors will be awarded a place on Lot 6, with call-offs being instructed via further competition for each package with project specific criteria and scope.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Structural and Steel Maintenance, Repairs and Reconstruction Works to Bridges and Highway Retaining Wall Structures up to £499,999 (excluding VAT)

II.2.2) Additional CPV code(s)

45200000

II.2.3) Place of performance

NUTS code:

UKK1

II.2.4) Description of the procurement

Routine programmed structural repair works to highway structures up to £499,999 (excluding VAT). The works may be ordered individually or as part of an annual programme of maintenance. The type of works are as follows:

- Masonry and concrete rebuilding and repairs;

- Structural maintenance to gravity retaining walls;

- Culvert repairs;

- De-vegetation and clearance of existing earthwork embankments, including carrying out minor stabilisation measures; and

- Reactive repairs to the parapets of bridge structures which are damaged due to road traffic collisions (RTCs).

Up to 4 Contractors will be awarded a place on Lot 7, with call-offs being instructed via a direct award process. In the event that the top ranked Contractor cannot resource and declines the work, it may be offered to the 2nd ranked Contractor and so on.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in working days: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Structural and Steel Maintenance, Repairs and Reconstruction Works to Bridges & Highway Retaining Walls Structures over £500,000 (excluding VAT)

II.2.2) Additional CPV code(s)

45200000

II.2.3) Place of performance

NUTS code:

UKK1

II.2.4) Description of the procurement

Routine programmed structural repair works to highway structures at and above £500,000 (excluding VAT). The works may be ordered individually or as part of an annual programme of maintenance. The type of works are as follows:

- Masonry and concrete rebuilding and repairs;

- Structural concrete rebuilding and repairs;

- Structural maintenance to gravity retaining walls;

- Culvert repairs;

- Deck waterproofing;

- De-vegetation and clearance of existing earthwork embankments, including carrying out significant stabilisation measures; and

- Reactive repairs to the parapets of bridge structures which are have significant  damage due to road traffic collisions (RTCs) or subsidence.

Up to 6 Contractors will be awarded a place on Lot 8, with call-offs being instructed via further competition (when using an Option B NEC4 Engineering and Construction Contract (ECC)) or direct award (when using an Option E NEC4 ECC).​

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Geotechnical and Soil Investigation Works on or adjacent to the Highway

II.2.2) Additional CPV code(s)

71332000

II.2.3) Place of performance

NUTS code:

UKK1

II.2.4) Description of the procurement

The scope of the geotechnical and soil investigation works will be tailored to investigate the specific issues that are negatively affecting the relevant existing highway structure. Such issues may include, but are not limited to abutments and retaining wall that are experiencing differential settlement, ground movements, or rotational and shear ground failure, and partial failure and slippage of embankments and cuttings.

Investigation works and testing may include, but is not limited to, boreholes, inclinometers, dynamic probes, water level monitoring, trail pits, trial trenches, window sampling, soil testing and laboratory testing. Reporting of the analysis, testing and findings to be provided to the Client.

Up to 4 Contractors will be awarded a place on Lot 9, with call-offs being instructed via a direct award process. In the event that the top ranked Contractor cannot resource and declines the work, it may be offered to the 2nd ranked Contractor and so on.​

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

Traffic Management

II.2.2) Additional CPV code(s)

34923000

II.2.3) Place of performance

NUTS code:

UKK1

II.2.4) Description of the procurement

Provision of temporary traffic management to facilitate highway works being carried out by other contractors. The location for the traffic management may be difficult and busy. Constraints will need to be considered and managed including working in a built-up urban environment, traffic speed limits, traffic volumes and high pedestrian foot fall. Traffic management may be needed to enable and support the works being carried out by other contractors, or for event management to control pedestrian or vehicle movements.

Up to 4 Contractors will be awarded a place on Lot 10, with call-offs being instructed via a direct award process. In the event that the top ranked Contractor cannot resource and declines the work, it may be offered to the 2nd ranked Contractor and so on.​

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Justification for any framework agreement duration exceeding 4 years:

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-030246

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/04/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 04/04/2025

Local time: 12:00

Information about authorised persons and opening procedure:

The tender will be opened electronically by a member of Bristol City Councils, Procurement & Contract Management Service.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Bristol Magistrates Court

Bristol

UK

VI.5) Date of dispatch of this notice

10/01/2025

Coding

Commodity categories

ID Title Parent category
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
71332000 Geotechnical engineering services Miscellaneous engineering services
34923000 Road traffic-control equipment Road equipment
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
penny.sharp@bristol.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.