{
    "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"
}