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 Award Notice

GR/HGW/Highways Asset Management and Civils Framework 2025-2029

  • First published: 28 July 2025
  • Last modified: 28 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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)

Contents

Summary

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

Abstract

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

Full notice text

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

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.