Notice Information
Notice Title
Legacy Concrete Roads Reconstruction Framework
Notice 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).
Lot Information
Lot 1
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).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04d58e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002291-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
45233000 - Construction, foundation and surface works for highways, roads
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
Notice Value(s)
- Tender Value
- £968,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Jan 20251 years ago
- Submission Deadline
- 5 Mar 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NATIONAL HIGHWAYS
- Contact Name
- Not specified
- Contact Email
- legacyconcreteroads@nationalhighways.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BEDFORD
- Postcode
- MK41 7LW
- Post Town
- Milton Keynes
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH2 Bedfordshire and Hertfordshire
- Small Region (ITL 3)
- TLH24 Bedford
- Delivery Location
- Not specified
-
- Local Authority
- Bedford
- Electoral Ward
- Harpur
- Westminster Constituency
- Bedford
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-04d58e-2025-01-22T16:33:26Z",
"date": "2025-01-22T16:33:26Z",
"ocid": "ocds-h6vhtk-04d58e",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04d58e",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Legacy Concrete Roads Reconstruction Framework",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45233000",
"description": "Construction, foundation and surface works for highways, roads"
},
"mainProcurementCategory": "works",
"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).",
"value": {
"amount": 968000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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).",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233110",
"description": "Motorway construction works"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233122",
"description": "Ring road construction work"
},
{
"scheme": "CPV",
"id": "45233124",
"description": "Trunk road construction work"
},
{
"scheme": "CPV",
"id": "45233125",
"description": "Road junction construction work"
},
{
"scheme": "CPV",
"id": "45233126",
"description": "Grade-separated junction construction work"
},
{
"scheme": "CPV",
"id": "45233128",
"description": "Roundabout 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": "45233210",
"description": "Surface work for highways"
},
{
"scheme": "CPV",
"id": "45233220",
"description": "Surface work for roads"
},
{
"scheme": "CPV",
"id": "45233221",
"description": "Road-surface painting work"
},
{
"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": "45233226",
"description": "Access road construction work"
},
{
"scheme": "CPV",
"id": "45233227",
"description": "Slip road construction work"
},
{
"scheme": "CPV",
"id": "45233228",
"description": "Surface coating construction work"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45233290",
"description": "Installation of road signs"
},
{
"scheme": "CPV",
"id": "45233292",
"description": "Installation of safety equipment"
},
{
"scheme": "CPV",
"id": "45233294",
"description": "Installation of road signals"
},
{
"scheme": "CPV",
"id": "45233300",
"description": "Foundation work for highways, roads, streets and footpaths"
},
{
"scheme": "CPV",
"id": "45233310",
"description": "Foundation work for highways"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "79415200",
"description": "Design consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://nationalhighways.ukp.app.jaggaer.com/esop/ogc-host/public/nationalhighways/web/login.jst?_ncp=1668156695442.1319654-1",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As stated in the procurement documents",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3,
"periodRationale": "Please see the description of the framework for the justification."
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-03-05T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"awardPeriod": {
"startDate": "2025-03-05T15:01:00Z"
},
"bidOpening": {
"date": "2025-03-05T15:01:00Z"
},
"hasRecurrence": false,
"reviewDetails": "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."
},
"parties": [
{
"id": "GB-FTS-46790",
"name": "National Highways",
"identifier": {
"legalName": "National Highways"
},
"address": {
"streetAddress": "Woodlands, Manton Lane",
"locality": "Bedford",
"region": "UK",
"postalCode": "MK41 7LW",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "legacyconcreteroads@nationalhighways.co.uk",
"url": "https://nationalhighways.ukp.app.jaggaer.com/esop/ogc-host/public/nationalhighways/web/login.jst?_ncp=1668156695442.1319654-1"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"url": "https://nationalhighways.co.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-46790",
"name": "National Highways"
},
"language": "en"
}