Tender

Legacy Concrete Roads Reconstruction Framework

NATIONAL HIGHWAYS

This public procurement record has 1 release in its history.

Tender

22 Jan 2025 at 16:33

Summary of the contracting process

National Highways has initiated an open tender for a Legacy Concrete Roads Reconstruction Framework, classified under CPV code 45233000, focusing on construction, foundation, and surface works for highways and roads. The framework, intended to last six years, will cater to the UK region, spanning periods from the RIS3 funding period of 2025-2030 to the early stages of RIS4 (2030-2035) to ensure strategic alignment. This tender stage aims to select participants for delivering design and construction services, involving demolition, pavement reconstruction, traffic management, and other associated works. Key dates include a submission deadline on 5th March 2025, followed by the award period starting the same day.

This tender offers substantial opportunities for construction and engineering firms, particularly those experienced in large-scale infrastructure projects. Businesses specializing in highway construction, pavement engineering, and traffic management solutions are well-suited to compete. The framework's emphasis on long-term engagement, including innovation and best practices, provides a stable work pipeline, fostering growth and investment continuity. Overall, it supports enhanced business presence in national infrastructure projects and the UK's road network development. Applicants must adhere to specified criteria and utilise electronic submission methods as outlined in the procurement documents.

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

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).

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

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

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-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"
}