Tender

Tameside Highways Maintenance Framework

TAMESIDE METROPOLITAN BOROUGH COUNCIL

This public procurement record has 2 releases in its history.

Tender

26 Mar 2026 at 16:21

Planning

10 Mar 2026 at 07:11

Summary of the contracting process

Tameside Metropolitan Borough Council is inviting tenders for the "Tameside Highways Maintenance Framework," aimed at enhancing its highway network through strategic improvements and maintenance works. This procurement process, aligned with the competitive flexible procedure, is currently at the tender stage. Interested contractors with relevant expertise in highway works, construction, and infrastructure maintenance are encouraged to apply. The procurement covers several regions across the United Kingdom and is a framework agreement with an estimated value of £45 million (excluding VAT), expected to span a maximum term of four years, commencing on 30th September 2026. Key dates include an expression of interest deadline on 27th April 2026, with the enquiry period closing on 20th April 2026. The framework comprises eight lots, ranging from resurfacing and civils to drainage and traffic management, aiming to foster economic growth through infrastructure development.

This tender offers a substantial opportunity for companies specialising in construction, civil engineering, and maintenance services to expand their business. Small to medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) can particularly benefit due to the suitability criteria set forth by Tameside Metropolitan Borough Council, promoting competitive entry. Successful bidders will aid in strengthening community connectivity and infrastructure reliability, supporting not only the council's ambitions but offering potential collaboration with other AGMA council members under this framework. The competitive selection process aims to balance price, quality, and social value, with an emphasis on innovative approaches for sustaining high-quality services. Three top-scoring bidders per lot will join the framework, providing a structured pathway for businesses to grow and secure long-term partnerships within the local government sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Tameside Highways Maintenance Framework

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 PS45,000,000 (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

Lot Information

LOT 1 Resurfacing

Carriageway resurfacing Carriageway patching Footway reconstruction Footway resurfacing Coring

Renewal: 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.

LOT 2 Minor Civils

Civils Ducting Landscaping Non illuminated signage

Renewal: 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.

LOT 3 Drainage

Groundworks Drainage Gully maintenance

Renewal: 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.

LOT 4 Propriety Treatments

Surface dressing Micro Asphalt Carriageway & Footway slurry sealing Specialist applications

Renewal: 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.

LOT 5 Bridges, Structures & Barriers

Bridges Retaining walls Brickwork Road restraint systems Steelwork

Renewal: 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.

LOT 6 Lining

Thermoplastic lining Anti - skid Coloured surfacing

Renewal: 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.

LOT 7 Street Lighting & Signage

Column replacement Lantern replacement Illuminated signage CCTV

Renewal: 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.

LOT 8 Traffic Management

Traffic management Event management

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0665cc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028140-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

63 - Supporting and auxiliary transport services; travel agencies services

76 - Services related to the oil and gas industry

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

34144410 - Gully emptiers

34923000 - Road traffic-control equipment

34928110 - Road barriers

34928470 - Signage

34928500 - Street-lighting equipment

34928510 - Street-lighting columns

44113810 - Surface dressing

44210000 - Structures and parts of structures

45000000 - Construction work

45221100 - Construction work for bridges

45233223 - Carriageway resurfacing works

45233225 - Single carriageway construction work

45233251 - Resurfacing works

63712700 - Traffic control services

63712710 - Traffic monitoring services

76211100 - Lining services

90640000 - Gully cleaning and emptying services

Notice Value(s)

Tender Value
£45,000,000 £10M-£100M
Lots Value
£45,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Mar 20261 months ago
Submission Deadline
20 Apr 2026Expired
Future Notice Date
20 Mar 2026Expired
Award Date
Not specified
Contract Period
29 Sep 2026 - 29 Sep 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
TAMESIDE METROPOLITAN BOROUGH COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
ASHTON UNDER LYNE
Postcode
OL6 0GS
Post Town
Oldham
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD3 Greater Manchester
Small Region (ITL 3)
TLD35 Greater Manchester South East
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Tameside
Electoral Ward
St Peter's
Westminster Constituency
Ashton-under-Lyne

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0665cc-2026-03-26T16:21:08Z",
    "date": "2026-03-26T16:21:08Z",
    "ocid": "ocds-h6vhtk-0665cc",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "021114-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/021114-2026",
                "datePublished": "2026-03-10T07:11:39Z",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PVWB-2493-LWTQ",
            "name": "Tameside Metropolitan Borough Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVWB-2493-LWTQ"
            },
            "address": {
                "streetAddress": "Tameside One",
                "locality": "Ashton under Lyne",
                "postalCode": "OL6 0GS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD35"
            },
            "contactPoint": {
                "email": "procurement@star-procurement.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVWB-2493-LWTQ",
        "name": "Tameside Metropolitan Borough Council"
    },
    "tender": {
        "id": "ocds-h6vhtk-0665cc",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Tameside Highways Maintenance Framework",
        "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 PS45,000,000 (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",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928470",
                        "description": "Signage"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34144410",
                        "description": "Gully emptiers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90640000",
                        "description": "Gully cleaning and emptying services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44113810",
                        "description": "Surface dressing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233225",
                        "description": "Single carriageway construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44210000",
                        "description": "Structures and parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221100",
                        "description": "Construction work for bridges"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "76211100",
                        "description": "Lining services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928470",
                        "description": "Signage"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928510",
                        "description": "Street-lighting columns"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34923000",
                        "description": "Road traffic-control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712700",
                        "description": "Traffic control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712710",
                        "description": "Traffic monitoring services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "8"
            }
        ],
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "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.",
                "description": "The framework agreement will allow for both direct awards and mini-competitions."
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-30T00:00:00+01:00",
                    "endDate": "2030-09-29T23:59:59+01:00",
                    "maxExtentDate": "2032-03-29T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "LOT 1 Resurfacing",
                "description": "Carriageway resurfacing Carriageway patching Footway reconstruction Footway resurfacing Coring",
                "value": {
                    "amountGross": 54000000,
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "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 where criteria will be defined, 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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Quality"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value"
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "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.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "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."
                }
            },
            {
                "id": "2",
                "title": "LOT 2 Minor Civils",
                "description": "Civils Ducting Landscaping Non illuminated signage",
                "status": "active",
                "value": {
                    "amountGross": 54000000,
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "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 where criteria will be defined, 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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Quality"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value"
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "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.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-30T00:00:00+01:00",
                    "endDate": "2030-09-29T23:59:59+01:00",
                    "maxExtentDate": "2032-03-29T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                }
            },
            {
                "id": "3",
                "title": "LOT 3 Drainage",
                "description": "Groundworks Drainage Gully maintenance",
                "status": "active",
                "value": {
                    "amountGross": 54000000,
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "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 where criteria will be defined, 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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Quality"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value"
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "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.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-30T00:00:00+01:00",
                    "endDate": "2030-09-29T23:59:59+01:00",
                    "maxExtentDate": "2032-03-29T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                }
            },
            {
                "id": "4",
                "title": "LOT 4 Propriety Treatments",
                "description": "Surface dressing Micro Asphalt Carriageway & Footway slurry sealing Specialist applications",
                "status": "active",
                "value": {
                    "amountGross": 54000000,
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "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 where criteria will be defined, 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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Quality"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value"
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "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.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-30T00:00:00+01:00",
                    "endDate": "2030-09-29T23:59:59+01:00",
                    "maxExtentDate": "2032-03-29T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                }
            },
            {
                "id": "5",
                "title": "LOT 5 Bridges, Structures & Barriers",
                "description": "Bridges Retaining walls Brickwork Road restraint systems Steelwork",
                "status": "active",
                "value": {
                    "amountGross": 54000000,
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "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 where criteria will be defined, 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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Quality"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value"
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "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.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-30T00:00:00+01:00",
                    "endDate": "2030-09-29T23:59:59+01:00",
                    "maxExtentDate": "2032-03-29T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                }
            },
            {
                "id": "6",
                "title": "LOT 6 Lining",
                "description": "Thermoplastic lining Anti - skid Coloured surfacing",
                "status": "active",
                "value": {
                    "amountGross": 54000000,
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "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 where criteria will be defined, 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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Quality"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value"
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "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.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-30T00:00:00+01:00",
                    "endDate": "2030-09-29T23:59:59+01:00",
                    "maxExtentDate": "2032-03-29T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                }
            },
            {
                "id": "7",
                "title": "LOT 7 Street Lighting & Signage",
                "description": "Column replacement Lantern replacement Illuminated signage CCTV",
                "status": "active",
                "value": {
                    "amountGross": 54000000,
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "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 where criteria will be defined, 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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Quality"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value"
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "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.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-30T00:00:00+01:00",
                    "endDate": "2030-09-29T23:59:59+01:00",
                    "maxExtentDate": "2032-03-29T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                }
            },
            {
                "id": "8",
                "title": "LOT 8 Traffic Management",
                "description": "Traffic management Event management",
                "status": "active",
                "value": {
                    "amountGross": 54000000,
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "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 where criteria will be defined, 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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Quality"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value"
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "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.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-30T00:00:00+01:00",
                    "endDate": "2030-09-29T23:59:59+01:00",
                    "maxExtentDate": "2032-03-29T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-20T23:59:59Z"
        },
        "status": "active",
        "value": {
            "amountGross": 54000000,
            "amount": 45000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procedure": {
            "features": "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."
        },
        "participationFees": [
            {
                "id": "ocds-h6vhtk-0665cc",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.015,
                    "monetaryValue": "award"
                },
                "description": "Fees will apply if another contracting authority chooses to call off the framework agreement. No fees will apply to Tameside Council Contracts."
            }
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-04-27T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-04-20T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-18T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Stage 1 documents can be found at the above mentioned web address under reference DN811218",
                "url": "https://procontract.due-north.com/"
            },
            {
                "id": "028140-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028140-2026",
                "datePublished": "2026-03-26T16:21:08Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}