Tender

Framework for Specialist Surface Treatment Works - Yorkshire Highway Alliance Contract

  • The Council of the Borough of Kirklees
  • City of Bradford Metropolitan District Council
  • Borough Council of Calderdale
  • Leeds City Council
  • The Council of the City of Wakefield
Show 10 more buyers Show fewer buyers
  • City of York Council
  • BARNSLEY METROPOLITAN BOROUGH COUNCIL
  • City of Doncaster Council
  • Rotherham Borough Council
  • NY Highways Limited
  • East Riding of Yorkshire Council
  • Kingston Upon Hull City Council
  • North East Lincolnshire Borough Council
  • North Lincolnshire Council
  • Sheffield City Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-006178

Procurement identifier (OCID): ocds-h6vhtk-060d4e

Published 23 January 2026, 12:45pm



Scope

Reference

KMCHS-431

Description

Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of 'Specialist Surface Treatment Works - Yorkshire Highway Alliance Framework' under a proposed multiple Supplier framework.

The Framework is a re-procurement of a recently expired regional contract, and will be used as a route to market for a variety of road and footway surfacing treatments. The purpose of which is to protect and extend the lifecycle of local authority roads and footpaths in the region.

The Framework will be set up for the use of the Council as the main Contracting Authority and other Contracting Authorities or their named Teckal Company within the Yorkshire and Humber Region. Further details can be found within the named Lots section of this notice.

The works undertaken on this framework will consist of the provision of labour, plant, materials and traffic management to carry out specialist surface treatment works. Works specified may include (but not be limited to) carriageway and footway proprietary surfacing works such as;

Micro asphalt

Slurry seal

Retexturing

Contour patching

Retread

Infra-red patching

Overbanding

Inlaid crack sealing repair systems

Cold Milling

Asphalt Preservation Treatments

Geosynthetic and Steel Mesh Products

Structural Road Recycling

Machine Laid Grouted Macadam

High friction surfacing

Also included are other associated works such as the replacement of road markings.

The estimated value of the Framework (excluding VAT) is approximately £9,350,000.00 per annum across all Lots. This equates to £18,700,00.00 for the initial 2 year contract period and £37,400,000.00 over 4 years (should both extensions be taken).

The anticipated commencement date for the Framework is 13th April 2026.

The anticipated expiry date for the Framework is 12th April 2028, with an option to extend by up to two (2) twelve (12) month periods until 12th April 2030.

Preliminary Market Engagement (PME) has not been undertaken on this occasion as this is a well-established market of Suppliers, many of whom have been included on the previous framework.

Commercial tool

Establishes a framework

Total value (estimated)

  • £37,400,000 excluding VAT
  • £44,880,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 13 April 2026 to 12 April 2028
  • Possible extension to 12 April 2030
  • 4 years

Description of possible extension:

The anticipated commencement date for the Framework is 13th April 2026.

The anticipated expiry date for the Framework is 12th April 2028, with an option to extend by up to two (2) twelve (12) month periods until 12th April 2030.

The Tenderer should note that the Framework Period is up to two years from the Framework Commencement Date with provision to extend for a further 2 years on two separate occasions subject to annual review carried out by the Council.

Progression of any successful tenderer onto successive years will follow a successful outcome of the annual review and satisfactory performance.

If the successful contractor has not performed any works under any Work Orders for either the Council of any of the other Contracting Authorities during the relevant annual period, then they will automatically proceed onto the next year of the Framework Period where the option to extend the Framework Period has been taken by the Council.

Main procurement category

Works

CPV classifications

  • 34922100 - Road markings
  • 45233210 - Surface work for highways
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works
  • 45233253 - Surface work for footpaths

Lot constraints

Description of how multiple lots may be awarded:

Suppliers may bid for any or all Lots.

Not the same for all lots

Contract locations are shown in Lot sections, because they are not the same for all lots.


Lot 1. City of Bradford District Council

Description

The provision of Specialist Surface Treatment Works within the geographical region of the City of Bradford Council.

Lot value (estimated)

  • £2,000,000 excluding VAT
  • £2,400,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKE41 - Bradford

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. The Borough of Calderdale Council

Description

The provision of Specialist Surface Treatment Works within the geographical region of the Borough of Calderdale Council.

Lot value (estimated)

  • £2,000,000 excluding VAT
  • £2,400,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKE44 - Calderdale and Kirklees

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. The Council Borough of Kirklees

Description

The provision of Specialist Surface Treatment Works within the geographical region of the Council Borough of Kirklees.

Lot value (estimated)

  • £6,000,000 excluding VAT
  • £7,200,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKE44 - Calderdale and Kirklees

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Leeds City Council

Description

The provision of Specialist Surface Treatment Works within the geographical region of Leeds City Council.

Lot value (estimated)

  • £6,000,000 excluding VAT
  • £7,200,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKE42 - Leeds

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Wakefield Metropolitan District Council

Description

The provision of Specialist Surface Treatment Works within the geographical region of Wakefield Metropolitan District Council.

Lot value (estimated)

  • £8,000,000 excluding VAT
  • £9,600,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKE45 - Wakefield

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 6. City of York Council

Description

The provision of Specialist Surface Treatment Works within the geographical region of the City of York Council.

Lot value (estimated)

  • £2,000,000 excluding VAT
  • £2,400,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKE21 - York

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 7. Barnsley Metropolitan Borough Council

Description

The provision of Specialist Surface Treatment Works within the geographical region of Barnsley Metropolitan Borough Council.

Lot value (estimated)

  • £1,800,000 excluding VAT
  • £2,160,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKE31 - Barnsley, Doncaster and Rotherham

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 8. Doncaster Metropolitan Borough Council

Description

The provision of Specialist Surface Treatment Works within the geographical region of Doncaster Metropolitan Borough Council.

Lot value (estimated)

  • £3,200,000 excluding VAT
  • £3,840,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKE31 - Barnsley, Doncaster and Rotherham

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 9. Rotherham Metropolitan Borough Council

Description

The provision of Specialist Surface Treatment Works within the geographical region of Rotherham Metropolitan Borough Council.

Lot value (estimated)

  • £400,000 excluding VAT
  • £480,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKE31 - Barnsley, Doncaster and Rotherham

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 10. NY Highways Ltd (as the named Teckal Company of North Yorkshire County Council)

Description

The provision of Specialist Surface Treatment Works within the geographical region of North Yorkshire County Council.

Lot value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKE22 - North Yorkshire CC

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 11. Any other Contracting Authority (or their named Teckal Company) within the Yorkshire & Humber Region

Description

The provision of Specialist Surface Treatment Works within the geographical region of any of the below Contracting Authorities;

East Riding of Yorkshire Council

Hull City Council

North East Lincolnshire Council

North Lincolnshire Council

Sheffield City Council

Lot value (estimated)

  • £2,000,000 excluding VAT
  • £2,400,000 including VAT

Framework lot values may be shared with other lots

Contract locations

  • UKE - Yorkshire and the Humber

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

15

Maximum percentage fee charged to suppliers

0%

Framework operation description

Detail on the Maximum No of Suppliers;

On each Lot, the Council may award a position on the Framework to the highest scoring fifteen (15) Tenderers. The Council reserves the right to increase the 'Maximum number of Suppliers' indicated above in the event that, following assessment, the final scores of the Tenderers are equal to the 15th placed Tenderer.

The selection process for the award of contracts under this Framework will either be by a Direct Award Procedure or by conducting a Competitive Selection Process.

A) Direct Award Procedure;

The Council or Contracting Authority will be able to direct award a Work Order to a Contractor by running the quantities for the scheme(s) based on the rates submitted by each Contractor within the Price List.

Direct Awards can be any value, there is no minimum or maximum value. Works of this type may be planned works or reactionary/emergency works, where time is of the essence

Pricing will be based on Contractor's Price List(s), and speed of availability will all factor into the decision of which Contractor is to be awarded the Work Order.

Work Orders will be issued under the NEC4 Engineering and Construction Contract (ECC) Option A or B, dependant on the specifics of the Work Order.

To determine the suitability of Contractors the Council or Contracting Authority will:

i) determine the estimated cost of the works based on a Contractor's capped rates (Schedule of Items and Rates).

ii) determine the availability of Contractors to engage with the Council or Contracting Authority to discuss the requirements of the works, and availability to carry out the works on the required dates

iii) invite Contractors to attend an Early Contractor Involvement (ECI) meeting to discuss the requirements of the Work Order and associated costs in detail and the Contractor's suitability to carry out the works, starting with the estimated lowest priced, available Contractor.

The Council or Contracting Authority will select a Contractor from their respective Lot. The Council or Contracting Authority will select the most appropriate Contractor based on the conditions outlined above to be offered the Work.

Should the preferred Contractor not be able to accept or carry out the Work Order then the next most suitable Contractor will be approached, and so on.

B) Competitive Selection Process;

The Council or Contracting Authority has the option to conduct a competitive selection process with all Contractors under their respective Lot.

The competitive selection process will have a minimum Work Order value of £50,000. There will be no maximum value for the competitive selection process.

The Council or Contracting Authority will notify all Contractors under the relevant Lot to submit a Tender for an individual scheme or batch of schemes by a stipulated deadline. Tender documentation will include (but not limited to): Invitation To Tender (ITT) document, Quality Questions, Work Order details including; Contract Data Part One, Scope, Site Information, Drawings, Bill of Quantities/Draft Activity Schedule.

The Contractor will complete their Tender and submit the following to the Council or Contracting Authority (but not limited to): Completed Contract Data Part Two, Method Statement responses, Programme and Bill of Quantities/Activity Schedule.

Where Contractors to the Framework are invited to supplement their Tender to compete for Contracts under this Framework in relation to Category 1, the evaluation of these Tenders will be based on a ranged (0% - 100%) Price/ Quality split which are set out further within section 6 of the call-off Tenderer Submission Document.

The Council or Contracting Authority reserves the right to use the Social Value Portal where Social Value is part of the quality award criteria for the competitive selection process.

Contractors may price for the competitive selection process accordingly, and do not have to apply their current framework rates. However, the sum of their competitive selection process response must be lower than the sum of their framework prices for the same Schedule of Items and Rates. This includes any agreed variation of price, i.e. the comparison will be between the Contractor's competitive selection process tendered rates and their current framework rates.

Any competitive selection process tender response where the sum of a Contractor's prices are higher than the sum of their current framework prices will be deemed non-compliant.

The fee percentage and adjustment for Equipment Suppliers submit as part of their Tender (for all Options) shall be no more than those submitted as part of their initial tender.

The Council or Contracting Authority shall assess the Tender received from the Contractor and assess as per stated within the competition documents.

The Contractor with the most advantageous Tender will be awarded the Work Order.

Work Orders will be issued under the NEC4 Engineering and Construction Contract (ECC) Option A or B, dependant on the specifics of the Work Order.

Further details are available within the tender documents.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

The Framework can be used by the contracting authorities (or their named Teckal company) who have been named as Lots, as well as any other contracting authority (or their named Teckal company) within the Yorkshire & Humber Region.

Contracting authority location restrictions

  • UKE - Yorkshire and the Humber

Participation

Particular suitability

Lot 1. City of Bradford District Council

Lot 2. The Borough of Calderdale Council

Lot 3. The Council Borough of Kirklees

Lot 4. Leeds City Council

Lot 5. Wakefield Metropolitan District Council

Lot 6. City of York Council

Lot 7. Barnsley Metropolitan Borough Council

Lot 8. Doncaster Metropolitan Borough Council

Lot 9. Rotherham Metropolitan Borough Council

Lot 10. NY Highways Ltd (as the named Teckal Company of North Yorkshire County Council)

Lot 11. Any other Contracting Authority (or their named Teckal Company) within the Yorkshire & Humber Region

Small and medium-sized enterprises (SME)


Submission

Tender submission deadline

24 February 2026, 1:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

17 March 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 December 2029


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Quality Submission

Assessed by the evaluation panel, scored on each tenderer's quality question response.

Quality 90%
Price

Assessed using the priced model within the Price List.

Price 10%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authorities

The Council of the Borough of Kirklees

  • Public Procurement Organisation Number: PXHZ-9111-QHMJ

The Town Hall, Ramsden Street

Huddersfield

HD1 2TA

United Kingdom

Region: UKE44 - Calderdale and Kirklees

Organisation type: Public authority - sub-central government

City of Bradford Metropolitan District Council

  • Public Procurement Organisation Number: PBWW-4714-TBHN

City Hall, Centenary Square

Bradford

BD1 1HX

United Kingdom

Region: UKE41 - Bradford

Organisation type: Public authority - sub-central government

Borough Council of Calderdale

  • Public Procurement Organisation Number: PNQT-4842-NXXN

Town Hall, Crossley Street

Halifax

HX1 1UJ

United Kingdom

Region: UKE44 - Calderdale and Kirklees

Organisation type: Public authority - sub-central government

Leeds City Council

  • Public Procurement Organisation Number: PJYG-6658-PPMY

Civic Hall, Calverley Street

Leeds

LS1 1UR

United Kingdom

Region: UKE42 - Leeds

Organisation type: Public authority - sub-central government

The Council of the City of Wakefield

  • Public Procurement Organisation Number: PDZN-8179-PJQV

Wood Street

Wakefield

WF1 2HQ

United Kingdom

Region: UKE45 - Wakefield

Organisation type: Public authority - sub-central government

City of York Council

  • Public Procurement Organisation Number: PQVW-9426-LDJV

West Offices, Station Rise

York

YO1 6GA

United Kingdom

Region: UKE21 - York

Organisation type: Public authority - sub-central government

BARNSLEY METROPOLITAN BOROUGH COUNCIL

  • Public Procurement Organisation Number: PYHH-2597-YVZG

Town Hall, Church Street

Barnsley

S70 2TA

United Kingdom

Region: UKE31 - Barnsley, Doncaster and Rotherham

Organisation type: Public authority - sub-central government

City of Doncaster Council

  • Public Procurement Organisation Number: PLHR-4113-HMNQ

Civic Office, Waterdale

Doncaster

DN1 3BU

United Kingdom

Region: UKE31 - Barnsley, Doncaster and Rotherham

Organisation type: Public authority - sub-central government

Rotherham Borough Council

  • Public Procurement Organisation Number: PGYC-3376-BGQP

Riverside House, Main Street

Rotherham

S60 1AE

United Kingdom

Region: UKE31 - Barnsley, Doncaster and Rotherham

Organisation type: Public authority - sub-central government

NY Highways Limited

  • Companies House: 12220433
  • Public Procurement Organisation Number: PLHP-4415-QGPR

County Hall

Northallerton

DL7 8AD

United Kingdom

Region: UKE22 - North Yorkshire CC

Organisation type: Public undertaking (commercial organisation subject to public authority oversight)

East Riding of Yorkshire Council

  • Public Procurement Organisation Number: PZQH-9124-TMLN

Cross Street

Beverley

HU17 9BA

United Kingdom

Region: UKE12 - East Riding of Yorkshire

Organisation type: Public authority - sub-central government

Kingston Upon Hull City Council

  • Public Procurement Organisation Number: PRNP-1874-YZZR

The Guildhall, Alfred Gelder Street,

Hull

HU1 1AA

United Kingdom

Region: UKE11 - Kingston upon Hull, City of

Organisation type: Public authority - sub-central government

North East Lincolnshire Borough Council

  • Public Procurement Organisation Number: PXNN-3676-XCQV

Municipal Offices, Town Hall Square

Grimsby

DN31 1HU

United Kingdom

Region: UKE13 - North and North East Lincolnshire

Organisation type: Public authority - sub-central government

North Lincolnshire Council

  • Public Procurement Organisation Number: PDZY-9248-XLCG

Church Square House

Scunthorpe

DN15 6NL

United Kingdom

Region: UKE13 - North and North East Lincolnshire

Organisation type: Public authority - sub-central government

Sheffield City Council

  • Public Procurement Organisation Number: PPQT-9425-JWVM

The Town Hall, Pinstone St

Sheffield

S1 2HH

United Kingdom

Region: UKE32 - Sheffield

Organisation type: Public authority - sub-central government


Contact organisation

Contact The Council of the Borough of Kirklees for any enquiries.