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