Construction Contract Leads
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 22nd Jan 2025
Reference | ocds-h6vhtk-04d58e |
Common Procurement Vocabulary | Construction, foundation and surface works for highways, roads |
Procurement Method | Open procedure |
Value | £968,000,000 |
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 22nd Jan 2025
Reference | ocds-h6vhtk-04d58e |
Common Procurement Vocabulary | Construction, foundation and surface works for highways, roads |
Procurement Method | Open procedure |
Value | £968,000,000 |
Section I: Contracting authority
I.1) Name and addresses
National Highways
Woodlands, Manton Lane
Bedford
MK41 7LW
legacyconcreteroads [at] nationalhighways.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://nationalhighways.co.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
National or federal Agency/Office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Legacy Concrete Roads Reconstruction Framework
II.1.2) Main CPV code
- 45233000 - Construction, foundation and surface works for highways, roads
II.1.3) Type of contract
Works
II.1.4) Short description
National Highways are proposing to put in place a national framework, the Legacy Concrete Roads Reconstruction (LCRR) framework, that allows the delivery of concrete roads reconstruction schemes.
The framework scope for the LCRR framework includes:
• design and subsequent construction services for:
- demolition of existing concrete pavements,
- reconstruction of pavements (including new pavement furniture and markings)
• design and delivery of associated temporary traffic management solutions,
• when instructed:
- involvement in optioneering,
- design and construction of alterations to those legacy assets which interface with the replacement pavements’ designs, which may include sub-surface drainage, street furniture and its foundations and signage,
- design and construction to replace legacy central reserve with a hardened solution and overlay legacy concrete pavement with a long-life pavement solution (including new pavement furniture and markings),
• performing principal designer and principal contractor duties as defined under the “Construction (Design and Management) Regulations 2015” (“CDM Regulations 2015”)
• carbon capture recording and reporting,
• recovery, recycling and reuse of arisings during the delivery of a scheme,
• engagement with all identified stakeholders, and
• identification, recording and realisation of programme efficiencies.
The LCRR framework will be six years in duration to ensure alignment to and coverage of the RIS3 funding period (2025-30) but also to overlap with the beginning of RIS4 (2030-35) in case of any delays in approvals of the strategy or funding for RIS4.
This alignment of duration with our funding periods is required from a procurement, commercial and operational perspective because it provides greater efficiency and certainty that the strategic plan for which funding is received can be delivered consistently; clarity for future procurements and sufficient time to embed learning, best practice and investment in innovations.
From a National Highways perspective, the proposed framework term allows for the RIS4 settlement to be finalised and agreed prior to the LCRR frameworks successor being procured. This will bring certainty of work and value to the future procurement.
The procurement documents can be accessed via https://nationalhighways.ukp.app.jaggaer.com/esop/ogc-host/public/nationalhighways/web/login.jst?_ncp=1668156695442.1319654-1, under Invitation To Tender 878 (ITT_878).
II.1.5) Estimated total value
Value excluding VAT: £968,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45233110 - Motorway construction works
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233122 - Ring road construction work
- 45233124 - Trunk road construction work
- 45233125 - Road junction construction work
- 45233126 - Grade-separated junction construction work
- 45233128 - Roundabout construction work
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233139 - Highway maintenance work
- 45233140 - Roadworks
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 45233144 - Overpass construction work
- 45233210 - Surface work for highways
- 45233220 - Surface work for roads
- 45233221 - Road-surface painting work
- 45233222 - Paving and asphalting works
- 45233223 - Carriageway resurfacing works
- 45233224 - Dual carriageway construction work
- 45233225 - Single carriageway construction work
- 45233226 - Access road construction work
- 45233227 - Slip road construction work
- 45233228 - Surface coating construction work
- 45233251 - Resurfacing works
- 45233280 - Erection of road-barriers
- 45233290 - Installation of road signs
- 45233292 - Installation of safety equipment
- 45233294 - Installation of road signals
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
- 71320000 - Engineering design services
- 79415200 - Design consultancy services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
National Highways are proposing to put in place a national framework, the Legacy Concrete Roads Reconstruction (LCRR) framework, that allows the delivery of concrete roads reconstruction schemes.
The framework scope for the LCRR framework includes:
• design and subsequent construction services for:
- demolition of existing concrete pavements,
- reconstruction of pavements (including new pavement furniture and markings)
• design and delivery of associated temporary traffic management solutions,
• when instructed:
- involvement in optioneering,
- design and construction of alterations to those legacy assets which interface with the replacement pavements’ designs, which may include sub-surface drainage, street furniture and its foundations and signage,
- design and construction to replace legacy central reserve with a hardened solution and overlay legacy concrete pavement with a long-life pavement solution (including new pavement furniture and markings),
• performing principal designer and principal contractor duties as defined under the “Construction (Design and Management) Regulations 2015” (“CDM Regulations 2015”)
• carbon capture recording and reporting,
• recovery, recycling and reuse of arisings during the delivery of a scheme,
• engagement with all identified stakeholders, and
• identification, recording and realisation of programme efficiencies.
The LCRR framework will be six years in duration to ensure alignment to and coverage of the RIS3 funding period (2025-30) but also to overlap with the beginning of RIS4 (2030-35) in case of any delays in approvals of the strategy or funding for RIS4.
This alignment of duration with our funding periods is required from a procurement, commercial and operational perspective because it provides greater efficiency and certainty that the strategic plan for which funding is received can be delivered consistently; clarity for future procurements and sufficient time to embed learning, best practice and investment in innovations.
From a National Highways perspective, the proposed framework term allows for the RIS4 settlement to be finalised and agreed prior to the LCRR frameworks successor being procured. This will bring certainty of work and value to the future procurement.
The procurement documents can be accessed via https://nationalhighways.ukp.app.jaggaer.com/esop/ogc-host/public/nationalhighways/web/login.jst?_ncp=1668156695442.1319654-1, under Invitation To Tender 878 (ITT_878).
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Please see the description of the framework for the justification.
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
5 March 2025
Local time
3:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
5 March 2025
Local time
3:01pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.4) Procedures for review
VI.4.1) Review body
National Highways
Woodlands, Manton Lane
Bedford
MK41 7LW
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
National Highways will incorporate a minimum 10 day standstill period at the point information on award of the contract is communicated to tenderers. Appeals should be lodged in accordance with the Public Contracts Regulations 2015 (SI 2015/102) as amended.