Tameside Highways Maintenance Framework Tender Notice
Summary
Tameside Metropolitan Borough Council has published a tender notice for a Highways Maintenance Framework. The framework will cover eight lots including resurfacing, drainage, lighting, and traffic management, aiming to enhance the resilience and sustainability of the local highway network.
What changed
Tameside Metropolitan Borough Council has issued a tender notice for a new Highways Maintenance Framework. This framework is designed to procure works and services for the maintenance and improvement of the council's highway network, encompassing eight distinct lots: Resurfacing, Minor Civils, Drainage, Proprietary Treatments, Bridges/Structures/Barriers, Lining, Street Lighting/Signage, and Traffic Management.
Companies interested in participating in this procurement opportunity are invited to review the notice and submit their bids. The notice provides details on the scope of works, framework participation, submission requirements, award criteria, and other relevant procedural information. This tender is being conducted under the Procurement Act 2023.
What to do next
- Review tender notice for Tameside Highways Maintenance Framework
- Assess suitability for participation in any of the eight lots
- Prepare and submit bid in accordance with tender requirements
Source document (simplified)
Tender
Tameside Highways Maintenance Framework
- Tameside Metropolitan Borough Council UK4: Tender notice - Procurement Act 2023 - view information about notice types
Notice identifier: 2026/S 000-028140
Procurement identifier (OCID): ocds-h6vhtk-0665cc (view related notices)
Published 26 March 2026, 4:21pm
Watch this notice
Contents
Scope Lots (8)
- Lot 1. LOT 1 Resurfacing
- Lot 2. LOT 2 Minor Civils
- Lot 3. LOT 3 Drainage
- Lot 4. LOT 4 Propriety Treatments
- Lot 5. LOT 5 Bridges, Structures & Barriers
- Lot 6. LOT 6 Lining
- Lot 7. LOT 7 Street Lighting & Signage
- Lot 8. LOT 8 Traffic Management
Framework Participation Submission Award criteria Other information Procedure Documents Contracting authority
Download
Share this notice
Description
Tameside Council is pleased to invite suitably experienced and innovative contractors to participate in this procurement opportunity for the delivery of works and services across our highway network. As a vital part of our Housing, Environment and Estates Directorate, the Highways Service plays a central role in supporting safe travel, economic growth and high quality infrastructure for our communities. This procurement marks an important step in strengthening the resilience, efficiency and long term sustainability of our highway network.
We are seeking partners who can bring technical expertise, forward thinking solutions and a commitment to excellence in maintaining and improving our roads, footways, structures, drainage assets and traffic management systems. The appointed contractor(s) will work collaboratively with us to deliver high performing, value for money services that enhance connectivity, improve reliability and support the wider ambitions of the borough.
The framework agreement will comprise the following lots, which remain indicative at this stage and may be amended, consolidated, or otherwise refined:
LOT 1 Resurfacing
Carriageway resurfacing
Carriageway patching
Footway reconstruction
Footway resurfacing
Coring
LOT 2 Minor Civils
Civils
Ducting
Landscaping
Non illuminated signage
LOT 3 Drainage
Groundworks
Drainage
Gully maintenance
LOT 4 Propriety Treatments
Surface dressing
Micro Asphalt
Carriageway & Footway slurry sealing
Specialist applications
LOT 5 Bridges, Structures & Barriers
Bridges
Retaining walls
Brickwork
Road restraint systems
Steelwork
LOT 6 Lining
Thermoplastic lining
Anti - skid
Coloured surfacing
LOT 7 Street Lighting & Signage
Column replacement
Lantern replacement
Illuminated signage
CCTV
LOT 8 Traffic Management
Traffic management
Event management
The estimated value of the Framework Agreement over its maximum possible term will include the delivery of a £45,000,000 (Excluding VAT) capital program in conjunction with our standard revenue budget allocations. Any estimated spend referenced within this framework is indicative only and does not constitute a guarantee of volume or value. It is anticipated that further funding may be made available, but any additional funding will be subject to further Council approval and spend from other participating authorities is neither known nor guaranteed under this framework agreement
Commercial tool
Establishes a framework
Total value (estimated)
- £45,000,000 excluding VAT
- £54,000,000 including VAT Above the relevant threshold
Contract dates (estimated)
- 30 September 2026 to 29 September 2030
- Possible extension to 29 March 2032
- 5 years, 6 months Description of possible extension:
The framework agreement will be in place for a maximum of 4 years; the council will then have the option to extend with the top ranked bidder on each Lot for up to 2 years.
Main procurement category
Works
Contract locations
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. LOT 1 Resurfacing
Description
Carriageway resurfacing
Carriageway patching
Footway reconstruction
Footway resurfacing
Coring
Lot value (estimated)
- £45,000,000 excluding VAT
- £54,000,000 including VAT Framework lot values may be shared with other lots
CPV classifications
Carriageway resurfacing works
Resurfacing works
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. LOT 2 Minor Civils
Description
Civils
Ducting
Landscaping
Non illuminated signage
Lot value (estimated)
- £45,000,000 excluding VAT
- £54,000,000 including VAT Framework lot values may be shared with other lots
CPV classifications
Signage
Construction work
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. LOT 3 Drainage
Description
Groundworks
Drainage
Gully maintenance
Lot value (estimated)
- £45,000,000 excluding VAT
- £54,000,000 including VAT Framework lot values may be shared with other lots
CPV classifications
Gully emptiers
Construction work
Gully cleaning and emptying services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. LOT 4 Propriety Treatments
Description
Surface dressing
Micro Asphalt
Carriageway & Footway slurry sealing
Specialist applications
Lot value (estimated)
- £45,000,000 excluding VAT
- £54,000,000 including VAT Framework lot values may be shared with other lots
CPV classifications
Surface dressing
Single carriageway construction work
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. LOT 5 Bridges, Structures & Barriers
Description
Bridges
Retaining walls
Brickwork
Road restraint systems
Steelwork
Lot value (estimated)
- £45,000,000 excluding VAT
- £54,000,000 including VAT Framework lot values may be shared with other lots
CPV classifications
Road barriers
Structures and parts of structures
Construction work for bridges
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 6. LOT 6 Lining
Description
Thermoplastic lining
Anti - skid
Coloured surfacing
Lot value (estimated)
- £45,000,000 excluding VAT
- £54,000,000 including VAT Framework lot values may be shared with other lots
CPV classifications
Resurfacing works
Lining services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 7. LOT 7 Street Lighting & Signage
Description
Column replacement
Lantern replacement
Illuminated signage
CCTV
Lot value (estimated)
- £45,000,000 excluding VAT
- £54,000,000 including VAT Framework lot values may be shared with other lots
CPV classifications
Signage
Street-lighting equipment
Street-lighting columns
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 8. LOT 8 Traffic Management
Description
Traffic management
Event management
Lot value (estimated)
- £45,000,000 excluding VAT
- £54,000,000 including VAT Framework lot values may be shared with other lots
CPV classifications
Road traffic-control equipment
Traffic control services
Traffic monitoring services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
1.5%
Further information about fees
Fees will apply if another contracting authority chooses to call off the framework agreement. No fees will apply to Tameside Council Contracts.
Framework operation description
The framework agreement will allow for both direct awards and mini‑competitions.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The Local Authority letting the agreement will be establishing this agreement on behalf of those AGMA members, associate members and the associate bodies linked to these Authorities.
Bolton Council, Bury Council, Manchester City Council, Oldham Metropolitan Borough Council, Rochdale Council, Salford City Council, Stockport Metropolitan Borough Council, Tameside Council, Trafford Council and Wigan Council.
Rochdale Council, Stockport Metropolitan Borough, Trafford Council, Tameside Council, Knowsley Council, St Helens Borough Council.
The Associate Members of AGMA are Blackburn with Darwen Council, Blackpool Council, Cheshire East and Warrington Borough Council
It is conceivable that AGMA membership, associate membership and STAR authorities may change over the life of the AGREEMENT, and hence either expand or contract the list of contracting bodies eligible to use this Agreement.
Should any changes occur, then the details of such changes will be made available to interested parties.
Participation
Particular suitability
Lot 1. LOT 1 Resurfacing
Lot 2. LOT 2 Minor Civils
Lot 3. LOT 3 Drainage
Lot 4. LOT 4 Propriety Treatments
Lot 5. LOT 5 Bridges, Structures & Barriers
Lot 6. LOT 6 Lining
Lot 7. LOT 7 Street Lighting & Signage
Lot 8. LOT 8 Traffic Management
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
20 April 2026, 5:00pm
Submission type
Requests to participate
Deadline for requests to participate
27 April 2026, 12:00pm
Submission address and any special instructions
https://procontract.due-north.com /
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Lot 1. LOT 1 Resurfacing
Lot 2. LOT 2 Minor Civils
Lot 3. LOT 3 Drainage
Lot 4. LOT 4 Propriety Treatments
Lot 5. LOT 5 Bridges, Structures & Barriers
Lot 6. LOT 6 Lining
Lot 7. LOT 7 Street Lighting & Signage
Lot 8. LOT 8 Traffic Management
Minimum 6 suppliers per lot
Selection criteria:
Bidders will be assessed through both pass/fail questions and weighted technical questions. In the event of a tie in weighted scores, all bidders with the same score will progress to the ITT stage.
All relevant criteria can be found in the Procurement Specific Questionnaire.
per lot
Award decision date (estimated)
18 August 2026
Award criteria
| Name | Type |
| --- | --- |
| Price | Price |
| Quality | Quality |
| Social Value | Quality |
Weighting description
Stage 1 - The Council will assess each Response in line with the criteria set out in the 'Evaluation of the Procurement Specific Questionnaire'. Any Response that receives a 'fail' under these criteria will result in the Applicant being excluded from the tender process. Only Responses that achieve a 'pass' will progress further. Where a Response is scored as a 'fail', the Council will provide feedback explaining the reasons for exclusion. Applicants whose Responses are excluded will not be...
Show full description
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Stage 1 - The Council will assess each Response in line with the criteria set out in the 'Evaluation of the Procurement Specific Questionnaire'. Any Response that receives a 'fail' under these criteria will result in the Applicant being excluded from the tender process. Only Responses that achieve a 'pass' will progress further. Where a Response is scored as a 'fail', the Council will provide feedback explaining the reasons for exclusion. Applicants whose Responses are excluded will not be invited to tender
Applications are invited from interested parties. The Council intends to invite up to a maximum of the top 6 highest scoring Applicants per LOT to participate in the Invitation to Tender stage.
The information provided in response the technical ability section will be used by the Council to assess the technical and professional ability of Applicants.
The Bidders' responses to each of the Technical & Professional Ability questions will be evaluate on a score from 1 (one) to 10 (ten) in accordance with the Scoring Criteria will be allocated to each response. Each score will then be weighted in accordance with the weightings allocated to each question, such that the total weighting applied to the Quality Assessment shall be that stated in this table.
Following evaluation of the Applications, the final scores allocated will be used to rank all applicants. The highest scoring 6 applicants will be invited to Tender.
Stage 2 - The Council will then issue the full ITT pack were top 3 scoring applicants for each works LOT will become party to the framework in line with the conditions in the Framework Agreement. The council will enter into contract with a maximum of 3 bidders in each LOT, this number may be less depending on number of successful bids received.
Documents
Associated tender documents
https://procontract.due-north.com/
Stage 1 documents can be found at the above mentioned web address under reference DN811218
Contracting authority
Tameside Metropolitan Borough Council
- Public Procurement Organisation Number: PVWB-2493-LWTQ Tameside One
Ashton under Lyne
OL6 0GS
United Kingdom
Email: procurement@star-procurement.gov.uk
Region: UKD35 - Greater Manchester South East
Organisation type: Public authority - sub-central government
Named provisions
Related changes
Source
Classification
Who this affects
Taxonomy
Browse Categories
Get Trade & Sanctions alerts
Weekly digest. AI-summarized, no noise.
Free. Unsubscribe anytime.
Get alerts for this source
We'll email you when Find a Tender - Latest Notices publishes new changes.