Award

Highways Planned Works Framework

LIVERPOOL CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

17 Sep 2025 at 14:25

Tender

23 Sep 2024 at 19:22

Summary of the contracting process

The Highways Planned Works Framework, initiated by Liverpool City Council, involves public procurement for construction work on highways and roads in England, valued at £800 million. The procurement process was conducted using a selective, restricted procedure. This framework is split into two lots: Lot 1 for projects up to £1.5 million, and Lot 2 for those exceeding £1.5 million. Liverpool City Council has completed the award stage as of 15 April 2025, with contracts set to commence from 9 May 2025 until 8 May 2029. The procurement aims to enhance travel infrastructure through initiatives such as green bus routes, traffic-free corridors, and expanded electric vehicle charging networks.

This procurement presents significant opportunities for businesses focused on highway construction, particularly SMEs, as they are encouraged to participate. Companies with valid CAS accreditation could benefit from streamlined selection procedures. The framework fosters business growth by allowing firms to contribute to substantial infrastructure projects within Liverpool's strategic urban mobility plan. Firms specialising in sustainable transport solutions and large-scale construction projects will find this framework especially beneficial, as it aligns with Liverpool's forward-looking environmental and transport strategies.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Highways Planned Works Framework

Notice Description

Liverpool City Council (the "Council") wishes to appoint multiple suppliers to a framework to deliver highways planned works (the "Highways Planned Works Framework"). This Framework will comprise two lots: Lot 1 for works up to a value of PS1.5m and Lot 2 for works with a value greater than PS1.5m. This process commenced with a pre-market engagement exercise notified to the market by PIN ref: 2024/S 000-012838 on 19 April 2024. A pre-market engagement event was held on 5 June. This notice marked the commencement of the procurement to appoint contractors to the Highways Planned Works Framework. The selection stage comprises the Common Assessment Standard ("CAS") question set together with bespoke questions tailored to the nature of each Lot. Those candidates who have valid CAS accreditation through a recognised assessment body will only be required to answer certain questions which will be clearly identified in the Selection Questionnaire documentation. The Council's vision for the future of travel in Liverpool is one where people default to walking or cycling for their journeys and choose to avoid using cars. As such, and in the context of this Highways Planned Works Framework, the Council intends to focus on: 1. delivering green bus routes; 2. creating a network of traffic-free green active travel corridors; 3. developing travel plans for schools and larger businesses; and 4. expanding the network of electric vehicle charging points. While Candidates are welcome to bid for both Lot 1 and Lot 2 of the Framework, the current intention is that the same organisation will not be able to win a place on both Lots. As such, the Council's intention would be to evaluate and award places on Lot 2 first before commencing evaluation and award for Lot 1. Consequently, and in such circumstances, if a Bidder participating in the procurement for both Lots is awarded a place on Lot 2, its involvement in the procurement for Lot 1 would automatically be deemed to have come to an end at that point (and therefore its tender would not be evaluated for Lot 1).

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-39ffe36e-20ce-4367-b5c1-83faf859e04f
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/a2f2928a-c8b9-4634-8640-3e7a81fb6d6b
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
SME
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45233100 - Construction work for highways, roads

Notice Value(s)

Tender Value
£800,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
£800,000,000 £100M-£1B
Contracts Value
Not specified

Notice Dates

Publication Date
17 Sep 20255 months ago
Submission Deadline
28 Oct 2024Expired
Future Notice Date
Not specified
Award Date
14 Apr 202510 months ago
Contract Period
8 May 2025 - 8 May 2029 4-5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
LIVERPOOL CITY COUNCIL
Contact Name
Graham Martin
Contact Email
hpwfenquiries@liverpool.gov.uk
Contact Phone
+44 11513511735

Buyer Location

Locality
LIVERPOOL
Postcode
L3 1DS
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)

Local Authority
Liverpool
Electoral Ward
Waterfront South
Westminster Constituency
Liverpool Riverside

Supplier Information

Number of Suppliers
8
Supplier Names

DOWHIGH

ERIC WRIGHT CIVIL ENGINEERING

HA CIVILS

J HOPKINS (CONTRACTORS

JOHN GRAHAM CONSTRUCTION

JOHN SISK & SON (HOLDINGS

KELTBRAY HIGHWAYS

THE CASEY GROUP

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-39ffe36e-20ce-4367-b5c1-83faf859e04f-2025-09-17T15:25:18+01:00",
    "date": "2025-09-17T15:25:18+01:00",
    "ocid": "ocds-b5fd17-39ffe36e-20ce-4367-b5c1-83faf859e04f",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "LPOOL001-DN720358-56325430",
        "title": "Highways Planned Works Framework",
        "description": "Liverpool City Council (the \"Council\") wishes to appoint multiple suppliers to a framework to deliver highways planned works (the \"Highways Planned Works Framework\"). This Framework will comprise two lots: Lot 1 for works up to a value of PS1.5m and Lot 2 for works with a value greater than PS1.5m. This process commenced with a pre-market engagement exercise notified to the market by PIN ref: 2024/S 000-012838 on 19 April 2024. A pre-market engagement event was held on 5 June. This notice marked the commencement of the procurement to appoint contractors to the Highways Planned Works Framework. The selection stage comprises the Common Assessment Standard (\"CAS\") question set together with bespoke questions tailored to the nature of each Lot. Those candidates who have valid CAS accreditation through a recognised assessment body will only be required to answer certain questions which will be clearly identified in the Selection Questionnaire documentation. The Council's vision for the future of travel in Liverpool is one where people default to walking or cycling for their journeys and choose to avoid using cars. As such, and in the context of this Highways Planned Works Framework, the Council intends to focus on: 1. delivering green bus routes; 2. creating a network of traffic-free green active travel corridors; 3. developing travel plans for schools and larger businesses; and 4. expanding the network of electric vehicle charging points. While Candidates are welcome to bid for both Lot 1 and Lot 2 of the Framework, the current intention is that the same organisation will not be able to win a place on both Lots. As such, the Council's intention would be to evaluate and award places on Lot 2 first before commencing evaluation and award for Lot 1. Consequently, and in such circumstances, if a Bidder participating in the procurement for both Lots is awarded a place on Lot 2, its involvement in the procurement for Lot 1 would automatically be deemed to have come to an end at that point (and therefore its tender would not be evaluated for Lot 1).",
        "datePublished": "2024-09-23T20:22:07+01:00",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45233100",
            "description": "Construction work for highways, roads"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 100000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 800000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2024-10-28T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2025-04-01T00:00:00+01:00",
            "endDate": "2029-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/8efa5ab1-a017-4b9c-b4e9-3d48a4fea0e2",
                "datePublished": "2024-09-23T20:22:07+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-82140",
            "name": "Liverpool City Council",
            "identifier": {
                "legalName": "Liverpool City Council"
            },
            "address": {
                "streetAddress": "Cunard Building, Water Street",
                "locality": "Liverpool",
                "postalCode": "L3 1DS",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Graham Martin",
                "email": "hpwfenquiries@liverpool.gov.uk",
                "telephone": "+44 11513511735"
            },
            "details": {
                "url": "http://www.liverpool.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-30216",
            "name": "Dowhigh Limited",
            "identifier": {
                "legalName": "Dowhigh Limited"
            },
            "address": {
                "streetAddress": "L30 6UH"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-324906",
            "name": "HA Civils",
            "identifier": {
                "legalName": "HA Civils"
            },
            "address": {
                "streetAddress": "L3 1EG"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-29107",
            "name": "J Hopkins (Contractors) Ltd",
            "identifier": {
                "legalName": "J Hopkins (Contractors) Ltd"
            },
            "address": {
                "streetAddress": "M17 1LP"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-28653",
            "name": "The Casey Group Ltd",
            "identifier": {
                "legalName": "The Casey Group Ltd"
            },
            "address": {
                "streetAddress": "OL12 9PS"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-30217",
            "name": "Eric Wright Civil Engineering Ltd",
            "identifier": {
                "legalName": "Eric Wright Civil Engineering Ltd"
            },
            "address": {
                "streetAddress": "PR5 6AW"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-152840",
            "name": "John Graham Construction Ltd",
            "identifier": {
                "legalName": "John Graham Construction Ltd"
            },
            "address": {
                "streetAddress": "BT26 6HX"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-146099",
            "name": "John Sisk & Son (Holdings) Ltd",
            "identifier": {
                "legalName": "John Sisk & Son (Holdings) Ltd"
            },
            "address": {
                "streetAddress": "WA1 1RL"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-324907",
            "name": "Keltbray Highways Ltd",
            "identifier": {
                "legalName": "Keltbray Highways Ltd"
            },
            "address": {
                "streetAddress": "NG15 0ED"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-82140",
        "name": "Liverpool City Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-39ffe36e-20ce-4367-b5c1-83faf859e04f-1",
            "status": "active",
            "date": "2025-04-15T00:00:00+01:00",
            "datePublished": "2025-09-17T15:25:17+01:00",
            "value": {
                "amount": 800000000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-30216",
                    "name": "Dowhigh Limited"
                },
                {
                    "id": "GB-CFS-324906",
                    "name": "HA Civils"
                },
                {
                    "id": "GB-CFS-29107",
                    "name": "J Hopkins (Contractors) Ltd"
                },
                {
                    "id": "GB-CFS-28653",
                    "name": "The Casey Group Ltd"
                },
                {
                    "id": "GB-CFS-30217",
                    "name": "Eric Wright Civil Engineering Ltd"
                },
                {
                    "id": "GB-CFS-152840",
                    "name": "John Graham Construction Ltd"
                },
                {
                    "id": "GB-CFS-146099",
                    "name": "John Sisk & Son (Holdings) Ltd"
                },
                {
                    "id": "GB-CFS-324907",
                    "name": "Keltbray Highways Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2025-05-09T00:00:00+01:00",
                "endDate": "2029-05-08T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/a2f2928a-c8b9-4634-8640-3e7a81fb6d6b",
                    "datePublished": "2025-09-17T15:25:17+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}