- 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
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
| 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
Email: procurement@kirklees.gov.uk
Website: http://www.kirklees.gov.uk
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
Email: peopleservicescategory@leeds.gov.uk
Website: http://www.leeds.gov.uk
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
Email: procurement@wakefield.gov.uk
Website: https://www.wakefield.gov.uk/
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
Email: procurement@york.gov.uk
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
Email: procurement@barnsley.gov.uk
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
Email: procurement.support@rotherham.gov.uk
Website: https://www.rotherham.gov.uk/
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
Email: NYHCommercial@nyhighways.co.uk
Website: https://nyhighways.co.uk/
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
Email: procurement@nelincs.gov.uk
Website: http://www.nelincs.gov.uk
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
Email: procurement@sheffield.gov.uk
Region: UKE32 - Sheffield
Organisation type: Public authority - sub-central government