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