Notice Information
Notice Title
Highways Planned Works Framework
Notice Description
Liverpool City Council (the "Council") has appointed multiple suppliers to a framework to deliver highways planned works (the "Highways Planned Works Framework"). This Framework comprises 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. The Framework Agreement is available to use by a number of other authorities. 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 marks the award of the procurement to appoint contractors to the Highways Planned Works Framework. 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 is focussed 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.
Lot Information
Projects with a value of up to PS1.5m
Lot 1 of the Framework is for works up to a value of PS1.5m. Within the general civil engineering works, the Council's scope includes: * Highway maintenance works, this could include road resurfacing / reconstruction, footway renewals, micro asphalt, surface dressing, asphalt preservation. * Controlled and Uncontrolled Drop Crossing programmes. * Safety improvements at junctions and across the highway network, this could include build outs, road narrowing, other traffic calming measures. * Minor Civil works, this could include earthworks, highway structures and street lighting, drainage investigations and associated remedial and renewal works, ironwork renewals. * Minor active travel installations and improvements on the highway network. Call-off contracts will be based on the NEC4 Engineering and Construction Contract ("ECC").
Projects with a value of greater than PS1.5mLot 2 of the Framework is for works of a value greater than PS1.5m. Within the general civil engineering works, the Council's scope includes: * Highways investment and improvement programmes of works. This could include that similar to recent Highways Improvement Programme contracts, incorporating carriageway and footway improvements, drainage, traffic signals, active travel installations, street lighting replacement. * Infrastructure improvement works on all aspects of the highways network, including major and minor highway structures, carriageway and footways, active travel, major junctions, traffic signal installations and renewals. * Major survey programmes of works to inform conditions of the highway network across all aspects of the highway infrastructure. * Construction of new and extended aspects of the highway network that could include all aspects as noted in items above. * Improvements and provision of public transport infrastructure. * Public realm improvements and installation of new to support development and regeneration across the city. Call-off contracts will be based on the NEC4 engineering and Construction Contract (ECC).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-049d2c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/057413-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45111000 - Demolition, site preparation and clearance work
45112100 - Trench-digging work
45112310 - Infill work
45112400 - Excavating work
45112500 - Earthmoving work
45112600 - Cut and fill
45112730 - Landscaping work for roads and motorways
45113000 - Siteworks
45220000 - Engineering works and construction works
45233100 - Construction work for highways, roads
45233120 - Road construction works
45233121 - Main road construction works
45233123 - Secondary road construction work
45233125 - Road junction construction work
45233127 - T-junction construction work
45233128 - Roundabout construction work
45233129 - Crossroad 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
45233150 - Traffic-calming works
45233160 - Paths and other metalled surfaces
45233161 - Footpath construction work
45233162 - Cycle path construction work
45233200 - Various surface works
45233210 - Surface work for highways
45233220 - Surface work for roads
45233222 - Paving and asphalting works
45233223 - Carriageway resurfacing works
45233224 - Dual carriageway construction work
45233225 - Single carriageway construction work
45233251 - Resurfacing works
45233252 - Surface work for streets
45233253 - Surface work for footpaths
45233260 - Pedestrian ways construction work
45233261 - Pedestrian overpass construction work
45233262 - Pedestrian zone construction work
45262300 - Concrete work
45262640 - Environmental improvement works
45341000 - Erection of railings
45342000 - Erection of fencing
71310000 - Consultative engineering and construction services
71322000 - Engineering design services for the construction of civil engineering works
Notice Value(s)
- Tender Value
- £850,000,000 £100M-£1B
- Lots Value
- £850,000,000 £100M-£1B
- Awards Value
- Not specified
- 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
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LIVERPOOL CITY COUNCIL
- Contact Name
- Mr Graham Martin, Mr Sam Spencer
- Contact Email
- hpwfenquiries@liverpool.gov.uk, sam.spencer@liverpool.gov.uk
- Contact Phone
- +44 1512309769
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
- TLD72 Liverpool
-
- Local Authority
- Liverpool
- Electoral Ward
- Waterfront South
- Westminster Constituency
- Liverpool Riverside
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-049d2c-2025-09-17T15:18:22+01:00",
"date": "2025-09-17T15:18:22+01:00",
"ocid": "ocds-h6vhtk-049d2c",
"description": "Selection Questionnaire responses and tenders are to be completed electronically using the Portal: https://procontract.due-north.com/Advert/Index?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545. Please note that a 'request to participate' for the purposes of this contract notice (in particular, Section IV.2.2) is by completion and return of the Selection Questionnaire by the stated deadline. Candidates will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from candidates in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the Council at any time. The Council is mindful of the issues presented by conflicts of interest and will be proactively managing any actual or potential conflicts that may arise during this procurement. The Council reserves the right at any time to: i) reject any or all responses and to cancel or withdraw this procurement at any stage; ii) award a contract without prior notice; iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; iv) require a candidate to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); v) terminate the procurement process; and/or vi) amend the terms and conditions of the selection and evaluation process. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties. Whilst it is the Council's intention to award call-off contracts for works up to a value of PS1.5m through Lot 1 and works with a value greater than PS1.5m through Lot 2, there may be instances where the Council deems it appropriate to depart from this approach at its sole discretion. Any such decision will be communicated to contractors. As noted in Section II.2.10, no variant bids will be accepted by the Council. The customer authorities are Liverpool City Council, St Helens Borough Council, Knowsley Council, Sefton Council, Halton Council, Wirral Council, Liverpool City Regional Combined Authority, Merseytravel.",
"initiationType": "tender",
"tender": {
"id": "DN720358",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Highways Planned Works Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
"mainProcurementCategory": "works",
"description": "Liverpool City Council (the \"Council\") has appointed multiple suppliers to a framework to deliver highways planned works (the \"Highways Planned Works Framework\"). This Framework comprises 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. The Framework Agreement is available to use by a number of other authorities. 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 marks the award of the procurement to appoint contractors to the Highways Planned Works Framework. 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 is focussed 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.",
"value": {
"amount": 850000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Projects with a value of up to PS1.5m",
"description": "Lot 1 of the Framework is for works up to a value of PS1.5m. Within the general civil engineering works, the Council's scope includes: * Highway maintenance works, this could include road resurfacing / reconstruction, footway renewals, micro asphalt, surface dressing, asphalt preservation. * Controlled and Uncontrolled Drop Crossing programmes. * Safety improvements at junctions and across the highway network, this could include build outs, road narrowing, other traffic calming measures. * Minor Civil works, this could include earthworks, highway structures and street lighting, drainage investigations and associated remedial and renewal works, ironwork renewals. * Minor active travel installations and improvements on the highway network. Call-off contracts will be based on the NEC4 Engineering and Construction Contract (\"ECC\").",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 200000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Projects with a value of greater than PS1.5m",
"description": "Lot 2 of the Framework is for works of a value greater than PS1.5m. Within the general civil engineering works, the Council's scope includes: * Highways investment and improvement programmes of works. This could include that similar to recent Highways Improvement Programme contracts, incorporating carriageway and footway improvements, drainage, traffic signals, active travel installations, street lighting replacement. * Infrastructure improvement works on all aspects of the highways network, including major and minor highway structures, carriageway and footways, active travel, major junctions, traffic signal installations and renewals. * Major survey programmes of works to inform conditions of the highway network across all aspects of the highway infrastructure. * Construction of new and extended aspects of the highway network that could include all aspects as noted in items above. * Improvements and provision of public transport infrastructure. * Public realm improvements and installation of new to support development and regeneration across the city. Call-off contracts will be based on the NEC4 engineering and Construction Contract (ECC).",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 650000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111000",
"description": "Demolition, site preparation and clearance work"
},
{
"scheme": "CPV",
"id": "45112100",
"description": "Trench-digging work"
},
{
"scheme": "CPV",
"id": "45112310",
"description": "Infill work"
},
{
"scheme": "CPV",
"id": "45112500",
"description": "Earthmoving work"
},
{
"scheme": "CPV",
"id": "45112600",
"description": "Cut and fill"
},
{
"scheme": "CPV",
"id": "45112730",
"description": "Landscaping work for roads and motorways"
},
{
"scheme": "CPV",
"id": "45113000",
"description": "Siteworks"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233123",
"description": "Secondary road construction work"
},
{
"scheme": "CPV",
"id": "45233125",
"description": "Road junction construction work"
},
{
"scheme": "CPV",
"id": "45233127",
"description": "T-junction construction work"
},
{
"scheme": "CPV",
"id": "45233128",
"description": "Roundabout construction work"
},
{
"scheme": "CPV",
"id": "45233129",
"description": "Crossroad construction work"
},
{
"scheme": "CPV",
"id": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "45233140",
"description": "Roadworks"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233144",
"description": "Overpass construction work"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233160",
"description": "Paths and other metalled surfaces"
},
{
"scheme": "CPV",
"id": "45233161",
"description": "Footpath construction work"
},
{
"scheme": "CPV",
"id": "45233162",
"description": "Cycle path construction work"
},
{
"scheme": "CPV",
"id": "45233200",
"description": "Various surface works"
},
{
"scheme": "CPV",
"id": "45233210",
"description": "Surface work for highways"
},
{
"scheme": "CPV",
"id": "45233220",
"description": "Surface work for roads"
},
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233224",
"description": "Dual carriageway construction work"
},
{
"scheme": "CPV",
"id": "45233225",
"description": "Single carriageway construction work"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "45233252",
"description": "Surface work for streets"
},
{
"scheme": "CPV",
"id": "45233253",
"description": "Surface work for footpaths"
},
{
"scheme": "CPV",
"id": "45233260",
"description": "Pedestrian ways construction work"
},
{
"scheme": "CPV",
"id": "45233261",
"description": "Pedestrian overpass construction work"
},
{
"scheme": "CPV",
"id": "45233262",
"description": "Pedestrian zone construction work"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45262640",
"description": "Environmental improvement works"
},
{
"scheme": "CPV",
"id": "45341000",
"description": "Erection of railings"
},
{
"scheme": "CPV",
"id": "45342000",
"description": "Erection of fencing"
},
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKD72"
},
{
"region": "UKD72"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111000",
"description": "Demolition, site preparation and clearance work"
},
{
"scheme": "CPV",
"id": "45112100",
"description": "Trench-digging work"
},
{
"scheme": "CPV",
"id": "45112400",
"description": "Excavating work"
},
{
"scheme": "CPV",
"id": "45112500",
"description": "Earthmoving work"
},
{
"scheme": "CPV",
"id": "45112600",
"description": "Cut and fill"
},
{
"scheme": "CPV",
"id": "45112730",
"description": "Landscaping work for roads and motorways"
},
{
"scheme": "CPV",
"id": "45113000",
"description": "Siteworks"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233123",
"description": "Secondary road construction work"
},
{
"scheme": "CPV",
"id": "45233125",
"description": "Road junction construction work"
},
{
"scheme": "CPV",
"id": "45233127",
"description": "T-junction construction work"
},
{
"scheme": "CPV",
"id": "45233128",
"description": "Roundabout construction work"
},
{
"scheme": "CPV",
"id": "45233129",
"description": "Crossroad construction work"
},
{
"scheme": "CPV",
"id": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "45233140",
"description": "Roadworks"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233144",
"description": "Overpass construction work"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233160",
"description": "Paths and other metalled surfaces"
},
{
"scheme": "CPV",
"id": "45233161",
"description": "Footpath construction work"
},
{
"scheme": "CPV",
"id": "45233162",
"description": "Cycle path construction work"
},
{
"scheme": "CPV",
"id": "45233200",
"description": "Various surface works"
},
{
"scheme": "CPV",
"id": "45233210",
"description": "Surface work for highways"
},
{
"scheme": "CPV",
"id": "45233220",
"description": "Surface work for roads"
},
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233223",
"description": "Carriageway resurfacing works"
}
],
"deliveryAddresses": [
{
"region": "UKD72"
},
{
"region": "UKD72"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545",
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-10-28T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"reviewDetails": "In accordance with the Public Contracts Regulations 2015 (as amended) (the \"PCR\"), the Council will incorporate a minimum 10 calendar day standstill period from the date information on the award of contract is communicated to bidders. This period allows unsuccessful bidders to challenge the decision to award a Contract before a Contract is executed/signed (as appropriate). In the first instance, any potential challenge should be promptly brought to the attention of Sam Spencer, Category Manager at the address specified in Section I.1) above. Any potential challenge will be dealt with in accordance with the requirements of the PCR. Part 3 of the PCR provides for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the timescales specified in Part 3 of the PCR. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the contracting authority to amend any document, and may award damages. If a contract has been entered into the court has the option to award damages, to shorten the contract or to declare the contract ineffective.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://procontract.due-north.com/Advert/Index?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545 Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://procontract.due-north.com/Advert/Index?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545"
},
"newValue": {
"text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://procontract.due-north.com/Advert?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545 Additional information can be obtained from the above-mentioned address. Tenders or requests to participate must be submitted electronically via https://procontract.due-north.com/Advert?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545"
},
"where": {
"section": "I.3) Communication"
}
},
{
"oldValue": {
"text": "Lot 1 of the Framework is for works up to a value of PS1.5m. The Council has published a Project Information Memorandum and draft Framework Agreement and specification for Lot 1 (available at https://procontract.due-north.com/Advert/Index?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545). Together, these documents provide greater detail on the proposed scope of Lot 1 and intended procurement process to establish this Highways Planned Works Framework."
},
"newValue": {
"text": "Lot 1 of the Framework is for works up to a value of PS1.5m. The Council has published a Project Information Memorandum and draft Framework Agreement and specification for Lot 1 (available at https://procontract.due-north.com/Advert?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545). Together, these documents provide greater detail on the proposed scope of Lot 1 and intended procurement process to establish this Highways Planned Works Framework."
},
"where": {
"section": "II.2.4"
},
"relatedLot": "1"
},
{
"oldValue": {
"text": "Lot 2 of the Framework is for works with a value greater than PS1.5m. The Council has published a Project Information Memorandum and draft Framework Agreement and scope for Lot 2 (available at https://procontract.due-north.com/Advert/Index?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545). Together, these documents provide greater detail on the proposed scope and intended procurement process to establish this Highways Planned Works Framework."
},
"newValue": {
"text": "Lot 2 of the Framework is for works with a value greater than PS1.5m. The Council has published a Project Information Memorandum and draft Framework Agreement and scope for Lot 2 (available at https://procontract.due-north.com/Advert?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545). Together, these documents provide greater detail on the proposed scope and intended procurement process to establish this Highways Planned Works Framework."
},
"where": {
"section": "II.2.4"
},
"relatedLot": "2"
},
{
"oldValue": {
"text": "Selection Questionnaire responses and tenders are to be completed electronically using the Portal: https://procontract.due-north.com/Advert/Index?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545. Please note that a 'request to participate' for the purposes of this contract notice (in particular, Section IV.2.2) is by completion and return of the Selection Questionnaire by the stated deadline."
},
"newValue": {
"text": "Selection Questionnaire responses and tenders are to be completed electronically using the Portal: https://procontract.due-north.com/Advert?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545. Please note that a 'request to participate' for the purposes of this contract notice (in particular, Section IV.2.2) is by completion and return of the Selection Questionnaire by the stated deadline."
},
"where": {
"section": "VI.3"
}
}
]
}
],
"techniques": {
"hasFrameworkAgreement": true
}
},
"parties": [
{
"id": "GB-FTS-2816",
"name": "Liverpool City Council",
"identifier": {
"legalName": "Liverpool City Council"
},
"address": {
"streetAddress": "Cunard Building, Water Street",
"locality": "Liverpool",
"region": "UKD72",
"postalCode": "L3 1DS",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Sam Spencer",
"telephone": "+44 1512309769",
"email": "Sam.Spencer@liverpool.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.liverpool.gov.uk",
"buyerProfile": "http://www.liverpool.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-92",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079477882"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-572",
"name": "Liverpool City Council",
"identifier": {
"legalName": "Liverpool City Council"
},
"address": {
"streetAddress": "4th Floor, Cunard Building",
"locality": "Liverpool",
"region": "UKD72",
"postalCode": "L3 1DS",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Graham Martin",
"email": "hpwfenquiries@liverpool.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.liverpool.gov.uk",
"buyerProfile": "http://www.liverpool.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-161178",
"name": "HUYTON ASPHALT CIVILS LTD",
"identifier": {
"legalName": "HUYTON ASPHALT CIVILS LTD"
},
"address": {
"streetAddress": "Cunard Building, Water Street",
"locality": "Liverpool",
"region": "UKD72",
"postalCode": "L3 1EG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-161179",
"name": "DOWHIGH LIMITED",
"identifier": {
"legalName": "DOWHIGH LIMITED"
},
"address": {
"streetAddress": "Park Lane West, Netherton",
"locality": "Liverpool",
"region": "UKD72",
"postalCode": "L30 6UH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-161180",
"name": "P. CASEY (LAND RECLAMATION) LIMITED",
"identifier": {
"legalName": "P. CASEY (LAND RECLAMATION) LIMITED"
},
"address": {
"streetAddress": "Rydings Road, Wardle",
"locality": "Rochdale",
"region": "UKD37",
"postalCode": "OL12 9PS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-161181",
"name": "J. HOPKINS (CONTRACTORS) LIMITED",
"identifier": {
"legalName": "J. HOPKINS (CONTRACTORS) LIMITED"
},
"address": {
"streetAddress": "J Hopkins Contractors Westinghouse Road, Trafford Park",
"locality": "Manchester",
"region": "UKD34",
"postalCode": "M17 1LP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-161182",
"name": "JOHN SISK & SON LIMITED",
"identifier": {
"legalName": "JOHN SISK & SON LIMITED"
},
"address": {
"streetAddress": "1 Curo Park, Frogmore, St. Albans",
"locality": "Hertfordshire",
"region": "UKH23",
"postalCode": "AL2 2DD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-161183",
"name": "JOHN GRAHAM CONSTRUCTION LIMITED",
"identifier": {
"legalName": "JOHN GRAHAM CONSTRUCTION LIMITED"
},
"address": {
"streetAddress": "5 Ballygowan Road, Hillsborough",
"locality": "County Down",
"region": "UKN08",
"postalCode": "BT26 6HX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-161184",
"name": "ERIC WRIGHT CIVIL ENGINEERING LIMITED",
"identifier": {
"legalName": "ERIC WRIGHT CIVIL ENGINEERING LIMITED"
},
"address": {
"streetAddress": "Sceptre House, Sceptre Way, Bamber Bridge",
"locality": "Preston",
"region": "UKD45",
"postalCode": "PR5 6AW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-161185",
"name": "AUREOS HIGHWAYS LIMITED",
"identifier": {
"legalName": "AUREOS HIGHWAYS LIMITED"
},
"address": {
"streetAddress": "2nd Floor, 1 Lindsey Street, Lindsey Street",
"locality": "London",
"region": "UKI31",
"postalCode": "EC1A 9HP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-572",
"name": "Liverpool City Council"
},
"language": "en",
"awards": [
{
"id": "057413-2025-DN720358-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-161178",
"name": "HUYTON ASPHALT CIVILS LTD"
}
]
},
{
"id": "057413-2025-DN720358-2",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-161179",
"name": "DOWHIGH LIMITED"
}
]
},
{
"id": "057413-2025-DN720358-3",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-161180",
"name": "P. CASEY (LAND RECLAMATION) LIMITED"
}
]
},
{
"id": "057413-2025-DN720358-4",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-161181",
"name": "J. HOPKINS (CONTRACTORS) LIMITED"
}
]
},
{
"id": "057413-2025-DN720358-5",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-161182",
"name": "JOHN SISK & SON LIMITED"
}
]
},
{
"id": "057413-2025-DN720358-6",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-161183",
"name": "JOHN GRAHAM CONSTRUCTION LIMITED"
}
]
},
{
"id": "057413-2025-DN720358-7",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-161184",
"name": "ERIC WRIGHT CIVIL ENGINEERING LIMITED"
}
]
},
{
"id": "057413-2025-DN720358-8",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-161185",
"name": "AUREOS HIGHWAYS LIMITED"
}
]
}
],
"contracts": [
{
"id": "057413-2025-DN720358-1",
"awardID": "057413-2025-DN720358-1",
"status": "active",
"dateSigned": "2025-04-15T00:00:00+01:00"
},
{
"id": "057413-2025-DN720358-2",
"awardID": "057413-2025-DN720358-2",
"status": "active",
"dateSigned": "2025-04-15T00:00:00+01:00"
},
{
"id": "057413-2025-DN720358-3",
"awardID": "057413-2025-DN720358-3",
"status": "active",
"dateSigned": "2025-04-15T00:00:00+01:00"
},
{
"id": "057413-2025-DN720358-4",
"awardID": "057413-2025-DN720358-4",
"status": "active",
"dateSigned": "2025-04-15T00:00:00+01:00"
},
{
"id": "057413-2025-DN720358-5",
"awardID": "057413-2025-DN720358-5",
"status": "active",
"dateSigned": "2025-04-15T00:00:00+01:00"
},
{
"id": "057413-2025-DN720358-6",
"awardID": "057413-2025-DN720358-6",
"status": "active",
"dateSigned": "2025-04-15T00:00:00+01:00"
},
{
"id": "057413-2025-DN720358-7",
"awardID": "057413-2025-DN720358-7",
"status": "active",
"dateSigned": "2025-04-15T00:00:00+01:00"
},
{
"id": "057413-2025-DN720358-8",
"awardID": "057413-2025-DN720358-8",
"status": "active",
"dateSigned": "2025-04-15T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "8",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "11",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "14",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "17",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "20",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "23",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "26",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 1,
"currency": "GBP"
},
{
"id": "6",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 1,
"currency": "GBP"
},
{
"id": "9",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 1,
"currency": "GBP"
},
{
"id": "12",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 1,
"currency": "GBP"
},
{
"id": "15",
"measure": "lowestValidBidValue",
"relatedLot": "2",
"value": 1,
"currency": "GBP"
},
{
"id": "18",
"measure": "lowestValidBidValue",
"relatedLot": "2",
"value": 1,
"currency": "GBP"
},
{
"id": "21",
"measure": "lowestValidBidValue",
"relatedLot": "2",
"value": 1,
"currency": "GBP"
},
{
"id": "24",
"measure": "lowestValidBidValue",
"relatedLot": "2",
"value": 1,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 100000000,
"currency": "GBP"
},
{
"id": "7",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 100000000,
"currency": "GBP"
},
{
"id": "10",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 100000000,
"currency": "GBP"
},
{
"id": "13",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 100000000,
"currency": "GBP"
},
{
"id": "16",
"measure": "highestValidBidValue",
"relatedLot": "2",
"value": 750000000,
"currency": "GBP"
},
{
"id": "19",
"measure": "highestValidBidValue",
"relatedLot": "2",
"value": 750000000,
"currency": "GBP"
},
{
"id": "22",
"measure": "highestValidBidValue",
"relatedLot": "2",
"value": 750000000,
"currency": "GBP"
},
{
"id": "25",
"measure": "highestValidBidValue",
"relatedLot": "2",
"value": 750000000,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 1,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 750000000,
"currency": "GBP"
}
]
}
}