Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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
GR/HGW/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
Framework for the provision of Highways Asset Management and Civils Work. The framework is 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.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Lowest offer:
1.00
GBP/ Highest offer:
288 000 000.00
GBP
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
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 8
Price
/ Weighting:
62
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
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 8
Price
/ Weighting:
62
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
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 8
Price
/ Weighting:
62
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
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 9
Price
/ Weighting:
61
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
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 9
Price
/ Weighting:
61
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
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 12
Price
/ Weighting:
58
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
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 9
Price
/ Weighting:
61
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
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 12
Price
/ Weighting:
58
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 Lot No
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
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 9
Price
/ Weighting:
61
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
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 9
Price
/ Weighting:
61
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
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:
2025/S 000-000852
Section V: Award of contract
Lot No: 1
Title: Machine Laid Surfacing
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/07/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Eurovia Infrastructure Limited
Albion House, Springfield Road,
Horsham
RH12 2RW
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Tarmac Trading Limited
Ground Floor T3 Trinity Park, Bickenhill Lane
Birmingham
B37 7ES
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Breedon Trading Limited
Pinnacle House, Breedon Quarry, Breedon On The Hill
Derby
DE73 8AP
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Associated Asphalt Contracting Limited
2nd Floor 168 Shoreditch High Street
London
E1 6RA
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
10 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Surface Dressing and Micro Asphalts
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/07/2025
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Kiely Bros. Limited
135 Cherrywood Road, Bordesley Green
Birmingham
B9 4XE
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Road Maintenance Services Limited
Mowpen Brow, High Legh
Knutsford
WA16 6PB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Colas Limited
6210 Bishops Court Birmingham Business Park, Solihull Parkway
Birmingham
B37 7YB
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Hazell and Jefferies Limited
Mount Pleasant Farm, Coombe End Whitchurch Hill
RG8 7TB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
6 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Slurry Seal and Preventative Treatments
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/07/2025
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
JPCS Limited
Rejuvo House, The Sidings Hampton Heath Industrial Estate, Hampton,
Malpas
SY14 8LU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Pronin Limited
Unit 2 Waymills Industrial Estate, Waymills,
Whitchurch
SY13 1TT
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Kiely Bros. Limited
135 Cherrywood Road, Bordesley Green
Birmingham
B9 4XE
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
5 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Road Markings and High Friction and Coloured Surfacing
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/07/2025
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
ETM Contractors Limited
81 Hartcliffe Way,
Bristol
BS3 5RN
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Kelly Bros Limited
Drumcoo House, 1 Hawkesworth Road
Yate
BS37 5NW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Glamorgan White Lining Limited
Gigman Barn, St Mary Church
Cowbridge
CF71 7LT
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
2 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: Highways Civil Engineering works up to £499,999 (excluding VAT)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/07/2025
V.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Cambrensis Civil Engineering Limited
21 Nevill Street, Gwent
Abergavenny
NP7 5AA
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Walters U.K. Limited
Hirwaun House, Hirwaun Industrial Estate, Hirwaun
Aberdare
CF44 9UL
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
50 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Title: Highway Civil Engineering works over £500,000 (excluding VAT) and other specialist Highway Engineering works
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/07/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Cambrensis Civil Engineering Limited
21 Nevill Street, Gwent
Abergavenny
NP7 5AA
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ETM Contractors Limited
81 Hartcliffe Way
Bristol
BS3 5RN
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
MJ Church (Plant) Limited
Star Farm, Marshfield
Chippenham
SN14 8LH
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Octavius Infrastructure Limited
4th Floor 45 London Road
Reigate
RH2 9PY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Taylor Woodrow Infrastructure Limited
Astral House, Imperial Way
Watford
WD24 4WW
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Walters U.K. Limited
Hirwaun House, Hirwaun Industrial Estate, Hirwaun
Aberdare
CF44 9UL
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
145 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Title: Structural and Steel Maintenance, Repairs and Reconstruction Works to Bridges and Highway Retaining Wall Structures up to £499,999 (excluding VAT)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/07/2025
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Cambrensis Civil Engineering Limited
21 Nevill Street, Gwent
Abergavenny
NP7 5AA
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Walters U.K. Limited
Hirwaun House, Hirwaun Industrial Estate, Hirwaun
Aberdare
CF44 9UL
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Centregreat Limited
Parcau Isaf Farm, Laleston
Bridgend
CF32 0NB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
10 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 8
Title: Structural and Steel Maintenance, Repairs and Reconstruction Works to Bridges & Highway Retaining Walls Structures over £500,000 (excluding VAT)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/07/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Walters U.K. Limited
Hirwaun House, Hirwaun Industrial Estate, Hirwaun
Aberdare
CF44 9UL
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Cambrensis Civil Engineering Limited
21 Nevill Street, Gwent
Abergavenny
NP7 5AA
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
MJ Church (Plant) Limited
Star Farm, Marshfield
Chippenham
SN14 8LH
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Taylor Woodrow Infrastructure Limited
Astral House, Imperial Way
Watford
WD24 4WW
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Centregreat Limited
Parcau Isaf Farm, Laleston
Bridgend
CF32 0NB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
VolkerLaser Limited
Hertford Road
Hoddesdon
EN11 9BX
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
50 700 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 9
Title: Geotechnical and Soil Investigation Works on or adjacent to the Highway
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/07/2025
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
GroundSolve Limited
Unit 1, 85 Station Road, Queensferry
Deeside
CH5 2TB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Jackson Geo Services Limited
The Lodge, Park Road
Shepton Mallet
BA4 5BS
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Arcadis Consulting (UK) Limited
80 Fenchurch Street
London
EC3M 4BY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Structural Soils Limited
Spring Lodge, 172 Chester Road,
Helsby
WA6 0AR
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
8 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 10
Title: Traffic Management
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/07/2025
V.2.2) Information about tenders
Number of tenders received: 10
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
E T M Contractors Limited
81 Hartcliffe Way
Bristol
BS3 5RN
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
H.W. Martin (Traffic Management) Limited
Fordbridge Lane, Blackwell
Alfreton
DE55 5JY
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Go Traffic Management Limited
Chaddock Lane, Worsley
Manchester
M28 1XW
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Hooke Highways Limited
Unit 6 Greystones Yard, Nottinghill Way
Lower Weare
BS26 2JU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
80 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Please note that the values attributed to each lot are estimates. The Council reserves the right to amend the values assigned to each lot in line with demand.
VI.4) Procedures for review
VI.4.1) Review body
Bristol Magistrates Court
Bristol
UK
VI.5) Date of dispatch of this notice
16/07/2025