Notice Information
Notice Title
Scheme Delivery Framework 2
Notice Description
National Highways Scheme Delivery Framework 2 (SDF2) will play a pivotal role in renewing and enhancing England's Strategic Road Network (SRN). Covering over 4,500 miles of motorways and major A roads, the SRN is a vital component of the UK's transport infrastructure, carrying a third of all traffic and two-thirds of freight. SDF2 is designed to ensure this network remains dependable, durable, and safe, while also delivering value for money. SDF2 builds on the foundations of its predecessor frameworks - the original Scheme Delivery Framework (SDF) and the Pavement Delivery Framework (PDF). With an estimated value of PS14.5 billion and a projected 8-year duration, SDF2 represents a significant investment in the future of the UK's road infrastructure. The framework will focus on renewing and maintaining existing assets, with a strong emphasis on collaboration, standardisation, and productivity. It aims to focus spending on long-term asset improvements rather than temporary fixes, while simplifying commercial models to reduce administrative burden. SDF2 will be an enabled framework to facilitate usage by Lower Thames Crossing (LTC) and Maintenance and Response (M&R) suppliers. The new framework represents a forward-looking approach by National Highways aimed at delivering high-quality, efficient infrastructure projects that align with the evolving needs of stakeholders and road users. While the SDF has facilitated numerous successful projects across the SRN, the SDF2 is expected to build on this foundation with innovations and improvements that respond to emerging demands in safety, transport and sustainability. In late 2024, National Highways held an extensive round of preliminary market engagement, consisting of six face-to-face workshops and two online events, designed to incorporate input from the supply chain. The feedback gathered at market engagement informed the development of the SDF2 strategy, and material from the events can be found here: https://highways.sharepoint.com/:f:/s/NationalHighwaysProcurement-MaterialforExternalRelease/EjbLGgLNyFFKiYPsSEatBR4BI28Sv1e4-xZToGq2cfyZ9g?e=3Tx80E For more information on the operation of SDF2, please refer to the Information Memorandum.
Lot Information
Main Contractor (National)
This Lot 1 is for more complex Work Orders for which the Client requires a single prime supplier to both deliver (via self-delivery and sub-contracts) and manage schemes which could include any or all of the scope for other Lots (excluding the design Lots), including the option to deliver scheme(s) as design & build. The Lot covers the supply of products, materials, plant, equipment and people to carry out construction, removal activities and Framework Mobilisation. The procurement procedure for this Lot will be Process 1.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
General Civils, Drainage & Concrete (North East)This Lot (2/NE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
General Civils, Drainage & Concrete (North West)This Lot (2/NW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
General Civils, Drainage & Concrete (South East)This Lot (2/SE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
General Civils, Drainage & Concrete (South West)This Lot (2/SW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
General Civils, Drainage & Concrete (Midlands)This Lot (2/M) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
General Civils, Drainage & Concrete (East of England)This Lot (2/E) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Pavements (North East)This Lot (3/NE) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Pavements (North West)This Lot (3/NW) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Pavements (South East)This Lot (3/SE) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Pavements (South West)This Lot (3/SW) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Pavements (Midlands)This Lot (3/M) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Pavements (East of England)This Lot (3/E) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Tunnels (National)This Lot 4 covers the supply of materials, plant, equipment and people to carry out construction, commissioning, integrated commissioning, integrated testing and removal activities within and related to road tunnels, including the option to deliver scheme(s) as design & build. Scope includes but not limited to * electrical systems, * mechanical systems, * technology systems and * design and installation of temporary works. Suppliers may be provided with specialist technology assets by the Client. Other duties This Lot also includes the following activities * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * carrying out surveys, * fault finding and diagnostics, * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the delivery of incident response (rapid response), * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2.
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Technology Design (North East, North West & Midlands)This Lot (5.1/North) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: * structures, * landscaping, * pavements, * drainage, * traffic modelling, * traffic signals, * geometrical designs, * geotechnics, * technology, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision and * stakeholder engagement/consultation. Other duties This Lot also includes the following activities: * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out above, * carrying out surveys (intrusive and non-intrusive), * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Technology Design (South East, South West & East of England)This Lot (5.1/South) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: * structures, * landscaping, * pavements, * drainage, * traffic modelling, * traffic signals, * geometrical designs, * geotechnics, * technology, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision and * stakeholder engagement/consultation. Other duties This Lot also includes the following activities: * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out above, * carrying out surveys (intrusive and non-intrusive), * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Design (North East)This Lot (5.2/NE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Design (North West)This Lot (5.2/NW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Design (South East)This Lot (5.2/SE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Design (South West)This Lot (5.2/SW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Design (Midlands)This Lot (5.2/M) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Design (East of England)This Lot (5.2/E) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Traffic Management (North East)This Lot (6/NE) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Traffic Management (North West)This Lot (6/NW) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Traffic Management (South East)This Lot (6/SE) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Traffic Management (South West)This Lot (6/SW) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Traffic Management (Midlands)This Lot (6/M) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Traffic Management (East of England)This Lot (6/E) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Structures (North East)This Lot (7/NE) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Structures (North West)This Lot (7/NW) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Structures (South East)This Lot (7/SE) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Structures (South West)This Lot (7/SW) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Structures (Midlands)This Lot (7/M) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Structures (East of England)This Lot (7/E) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Joints & Waterproofing (North East)This Lot (8/NE) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Joints & Waterproofing (North West)This Lot (8/NW) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Joints & Waterproofing (South East)This Lot (8/SE) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Joints & Waterproofing (South West)This Lot (8/SW) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Joints & Waterproofing (Midlands)This Lot (8/M) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Joints & Waterproofing (East of England)This Lot (8/E) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Landscaping (North East)This Lot (9/NE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Landscaping (North West)This Lot (9/NW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Landscaping (South East)This Lot (9/SE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Landscaping (South West)This Lot (9/SW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Landscaping (Midlands)This Lot (9/M) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Landscaping (East of England)This Lot (9/E) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Road Markings (North East)This Lot (10/NE) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Road Markings (North West)This Lot (10/NW) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Road Markings (South East)This Lot (10/SE) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Road Markings (South West)This Lot (10/SW) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Road Markings (Midlands)This Lot (10/M) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Road Markings (East of England)This Lot (10/E) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Signs & Lighting (North East)This Lot (11/NE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Signs & Lighting (North West)This Lot (11/NW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Signs & Lighting (South East)This Lot (11/SE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Signs & Lighting (South West)This Lot (11/SW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Signs & Lighting (Midlands)This Lot (11/M) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Signs & Lighting (East of England)This Lot (11/E) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Vehicle Restraint Systems / Road Restraint Systems (North East)This Lot (12/NE) covers the supply of materials, plant and people for the: * installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Vehicle Restraint Systems / Road Restraint Systems (North West)This Lot (12/NW) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Vehicle Restraint Systems / Road Restraint Systems (South East)This Lot (12/SE) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Vehicle Restraint Systems / Road Restraint Systems (South West)This Lot (12/SW) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Vehicle Restraint Systems / Road Restraint Systems (Midlands)This Lot (12/M) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Vehicle Restraint Systems / Road Restraint Systems (East of England)This Lot (12/E) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0515f3
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/060400-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
14 - Mining, basic metals and related products
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
63 - Supporting and auxiliary transport services; travel agencies services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
90 - Sewage, refuse, cleaning and environmental services
92 - Recreational, cultural and sporting services
-
- CPV Codes
14213000 - Macadam, tarmac and tar sands
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
31500000 - Lighting equipment and electric lamps
31523000 - Illuminated signs and nameplates
31530000 - Parts of lamps and lighting equipment
34922100 - Road markings
34923000 - Road traffic-control equipment
34928100 - Crash barriers
34928110 - Road barriers
34928300 - Safety barriers
34928500 - Street-lighting equipment
34928510 - Street-lighting columns
34970000 - Traffic-monitoring equipment
34972000 - Traffic-flow measuring system
34992000 - Signs and illuminated signs
34992100 - Illuminated traffic signs
34993100 - Tunnel lighting
39293300 - Artificial grass
44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
44112000 - Miscellaneous building structures
44210000 - Structures and parts of structures
44212120 - Structures of bridges
44212300 - Structures and parts
44212317 - Scaffolding structures
44212320 - Miscellaneous structures
44212380 - Parts of structures
45000000 - Construction work
45111240 - Ground-drainage work
45112700 - Landscaping work
45200000 - Works for complete or part construction and civil engineering work
45213310 - Construction work for buildings relating to road transport
45221000 - Construction work for bridges and tunnels, shafts and subways
45221241 - Road tunnel construction work
45221247 - Tunnelling works
45221248 - Tunnel linings construction work
45223000 - Structures construction work
45223100 - Assembly of metal structures
45223110 - Installation of metal structures
45223500 - Reinforced-concrete structures
45223800 - Assembly and erection of prefabricated structures
45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45233100 - Construction work for highways, roads
45233120 - Road construction works
45233121 - Main road construction works
45233130 - Construction work for highways
45233131 - Construction work for elevated highways
45233139 - Highway maintenance work
45233141 - Road-maintenance works
45233142 - Road-repair works
45233150 - Traffic-calming works
45233210 - Surface work for highways
45233220 - Surface work for roads
45233221 - Road-surface painting work
45233222 - Paving and asphalting works
45233223 - Carriageway resurfacing works
45233251 - Resurfacing works
45233280 - Erection of road-barriers
45233300 - Foundation work for highways, roads, streets and footpaths
45233310 - Foundation work for highways
45233320 - Foundation work for roads
45247200 - Construction work for dams and similar fixed structures
45262300 - Concrete work
45310000 - Electrical installation work
45316110 - Installation of road lighting equipment
45316210 - Installation of traffic monitoring equipment
45316211 - Installation of illuminated road signs
45316212 - Installation of traffic lights
45316213 - Installation of traffic guidance equipment
45340000 - Fencing, railing and safety equipment installation work
45442120 - Painting and protective-coating work of structures
45442121 - Painting work of structures
50000000 - Repair and maintenance services
50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
50230000 - Repair, maintenance and associated services related to roads and other equipment
50232000 - Maintenance services of public-lighting installations and traffic lights
50232100 - Street-lighting maintenance services
50232110 - Commissioning of public lighting installations
50232200 - Traffic-signal maintenance services
63712000 - Support services for road transport
63712200 - Highway operation services
63712320 - Tunnel operation services
63712700 - Traffic control services
63712710 - Traffic monitoring services
71311000 - Civil engineering consultancy services
71320000 - Engineering design services
71322000 - Engineering design services for the construction of civil engineering works
71322500 - Engineering-design services for traffic installations
71356200 - Technical assistance services
71356300 - Technical support services
71530000 - Construction consultancy services
71631400 - Technical inspection services of engineering structures
72224000 - Project management consultancy services
73210000 - Research consultancy services
73300000 - Design and execution of research and development
73420000 - Pre-feasibility study and technological demonstration
77211300 - Tree-clearing services
77211400 - Tree-cutting services
77211500 - Tree-maintenance services
77211600 - Tree seeding
77310000 - Planting and maintenance services of green areas
77314100 - Grassing services
77340000 - Tree pruning and hedge trimming
77341000 - Tree pruning
90912000 - Blast-cleaning services for tubular structures
92534000 - Wildlife preservation services
Notice Value(s)
- Tender Value
- £14,500,000,000 Over £10B
- Lots Value
- £9,087,873,051 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Sep 20254 months ago
- Submission Deadline
- 24 Oct 2025Expired
- Future Notice Date
- 22 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 14 Sep 2027 - 15 Sep 2035 Over 5 years
- 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
- procurement_sdf2@nationalhighways.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- GUILDFORD
- Postcode
- GU1 4LZ
- Post Town
- Guildford
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ25 West Surrey
- 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
- Guildford
- Electoral Ward
- Stoke
- Westminster Constituency
- Guildford
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/060400-2025
29th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/022269-2025
16th May 2025 - Pipeline notice on Find a Tender
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-0515f3-2025-09-29T10:57:13+01:00",
"date": "2025-09-29T10:57:13+01:00",
"ocid": "ocds-h6vhtk-0515f3",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "022269-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/022269-2025",
"datePublished": "2025-05-16T14:27:15+01:00",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-COH-09346363",
"name": "National Highways",
"identifier": {
"scheme": "GB-COH",
"id": "09346363"
},
"address": {
"streetAddress": "Bridge House, 1 Walnut Tree Close",
"locality": "Guildford",
"postalCode": "GU1 4LZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ25"
},
"contactPoint": {
"email": "procurement_sdf2@nationalhighways.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://nationalhighways.co.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-COH-09346363",
"name": "National Highways"
},
"tender": {
"id": "SDF2",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Scheme Delivery Framework 2",
"description": "National Highways Scheme Delivery Framework 2 (SDF2) will play a pivotal role in renewing and enhancing England's Strategic Road Network (SRN). Covering over 4,500 miles of motorways and major A roads, the SRN is a vital component of the UK's transport infrastructure, carrying a third of all traffic and two-thirds of freight. SDF2 is designed to ensure this network remains dependable, durable, and safe, while also delivering value for money. SDF2 builds on the foundations of its predecessor frameworks - the original Scheme Delivery Framework (SDF) and the Pavement Delivery Framework (PDF). With an estimated value of PS14.5 billion and a projected 8-year duration, SDF2 represents a significant investment in the future of the UK's road infrastructure. The framework will focus on renewing and maintaining existing assets, with a strong emphasis on collaboration, standardisation, and productivity. It aims to focus spending on long-term asset improvements rather than temporary fixes, while simplifying commercial models to reduce administrative burden. SDF2 will be an enabled framework to facilitate usage by Lower Thames Crossing (LTC) and Maintenance and Response (M&R) suppliers. The new framework represents a forward-looking approach by National Highways aimed at delivering high-quality, efficient infrastructure projects that align with the evolving needs of stakeholders and road users. While the SDF has facilitated numerous successful projects across the SRN, the SDF2 is expected to build on this foundation with innovations and improvements that respond to emerging demands in safety, transport and sustainability. In late 2024, National Highways held an extensive round of preliminary market engagement, consisting of six face-to-face workshops and two online events, designed to incorporate input from the supply chain. The feedback gathered at market engagement informed the development of the SDF2 strategy, and material from the events can be found here: https://highways.sharepoint.com/:f:/s/NationalHighwaysProcurement-MaterialforExternalRelease/EjbLGgLNyFFKiYPsSEatBR4BI28Sv1e4-xZToGq2cfyZ9g?e=3Tx80E For more information on the operation of SDF2, please refer to the Information Memorandum.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2/NE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2/NE"
},
{
"id": "2/NW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2/NW"
},
{
"id": "2/SE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2/SE"
},
{
"id": "2/SW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2/SW"
},
{
"id": "2/M",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2/M"
},
{
"id": "2/E",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2/E"
},
{
"id": "3/NE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "14213000",
"description": "Macadam, tarmac and tar sands"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233220",
"description": "Surface work for roads"
},
{
"scheme": "CPV",
"id": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3/NE"
},
{
"id": "3/NW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "14213000",
"description": "Macadam, tarmac and tar sands"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233220",
"description": "Surface work for roads"
},
{
"scheme": "CPV",
"id": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3/NW"
},
{
"id": "3/SE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "14213000",
"description": "Macadam, tarmac and tar sands"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233220",
"description": "Surface work for roads"
},
{
"scheme": "CPV",
"id": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3/SE"
},
{
"id": "3/SW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "14213000",
"description": "Macadam, tarmac and tar sands"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233220",
"description": "Surface work for roads"
},
{
"scheme": "CPV",
"id": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3/SW"
},
{
"id": "3/M",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "14213000",
"description": "Macadam, tarmac and tar sands"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233220",
"description": "Surface work for roads"
},
{
"scheme": "CPV",
"id": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3/M"
},
{
"id": "3/E",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
},
{
"scheme": "CPV",
"id": "14213000",
"description": "Macadam, tarmac and tar sands"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233220",
"description": "Surface work for roads"
},
{
"scheme": "CPV",
"id": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3/E"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "34993100",
"description": "Tunnel lighting"
},
{
"scheme": "CPV",
"id": "45247200",
"description": "Construction work for dams and similar fixed structures"
},
{
"scheme": "CPV",
"id": "45221000",
"description": "Construction work for bridges and tunnels, shafts and subways"
},
{
"scheme": "CPV",
"id": "45221241",
"description": "Road tunnel construction work"
},
{
"scheme": "CPV",
"id": "45221247",
"description": "Tunnelling works"
},
{
"scheme": "CPV",
"id": "45221248",
"description": "Tunnel linings construction work"
},
{
"scheme": "CPV",
"id": "63712320",
"description": "Tunnel operation services"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
},
{
"id": "5.1/North",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "71356200",
"description": "Technical assistance services"
},
{
"scheme": "CPV",
"id": "71356300",
"description": "Technical support services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5.1/North"
},
{
"id": "5.1/South",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "71356200",
"description": "Technical assistance services"
},
{
"scheme": "CPV",
"id": "71356300",
"description": "Technical support services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5.1/South"
},
{
"id": "5.2/NE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "71356200",
"description": "Technical assistance services"
},
{
"scheme": "CPV",
"id": "71356300",
"description": "Technical support services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5.2/NE"
},
{
"id": "5.2/NW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "71356200",
"description": "Technical assistance services"
},
{
"scheme": "CPV",
"id": "71356300",
"description": "Technical support services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5.2/NW"
},
{
"id": "5.2/SE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "71356200",
"description": "Technical assistance services"
},
{
"scheme": "CPV",
"id": "71356300",
"description": "Technical support services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5.2/SE"
},
{
"id": "5.2/SW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "71356200",
"description": "Technical assistance services"
},
{
"scheme": "CPV",
"id": "71356300",
"description": "Technical support services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5.2/SW"
},
{
"id": "5.2/M",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "71356200",
"description": "Technical assistance services"
},
{
"scheme": "CPV",
"id": "71356300",
"description": "Technical support services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5.2/M"
},
{
"id": "5.2/E",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "71356200",
"description": "Technical assistance services"
},
{
"scheme": "CPV",
"id": "71356300",
"description": "Technical support services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5.2/E"
},
{
"id": "6/NE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "34972000",
"description": "Traffic-flow measuring system"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45316210",
"description": "Installation of traffic monitoring equipment"
},
{
"scheme": "CPV",
"id": "45316212",
"description": "Installation of traffic lights"
},
{
"scheme": "CPV",
"id": "45316213",
"description": "Installation of traffic guidance equipment"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232200",
"description": "Traffic-signal maintenance services"
},
{
"scheme": "CPV",
"id": "63712000",
"description": "Support services for road transport"
},
{
"scheme": "CPV",
"id": "63712200",
"description": "Highway operation services"
},
{
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
},
{
"scheme": "CPV",
"id": "63712710",
"description": "Traffic monitoring services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6/NE"
},
{
"id": "6/NW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "34972000",
"description": "Traffic-flow measuring system"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45316210",
"description": "Installation of traffic monitoring equipment"
},
{
"scheme": "CPV",
"id": "45316212",
"description": "Installation of traffic lights"
},
{
"scheme": "CPV",
"id": "45316213",
"description": "Installation of traffic guidance equipment"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232200",
"description": "Traffic-signal maintenance services"
},
{
"scheme": "CPV",
"id": "63712000",
"description": "Support services for road transport"
},
{
"scheme": "CPV",
"id": "63712200",
"description": "Highway operation services"
},
{
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
},
{
"scheme": "CPV",
"id": "63712710",
"description": "Traffic monitoring services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6/NW"
},
{
"id": "6/SE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "34972000",
"description": "Traffic-flow measuring system"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45316210",
"description": "Installation of traffic monitoring equipment"
},
{
"scheme": "CPV",
"id": "45316212",
"description": "Installation of traffic lights"
},
{
"scheme": "CPV",
"id": "45316213",
"description": "Installation of traffic guidance equipment"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232200",
"description": "Traffic-signal maintenance services"
},
{
"scheme": "CPV",
"id": "63712000",
"description": "Support services for road transport"
},
{
"scheme": "CPV",
"id": "63712200",
"description": "Highway operation services"
},
{
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
},
{
"scheme": "CPV",
"id": "63712710",
"description": "Traffic monitoring services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6/SE"
},
{
"id": "6/SW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "34972000",
"description": "Traffic-flow measuring system"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45316210",
"description": "Installation of traffic monitoring equipment"
},
{
"scheme": "CPV",
"id": "45316212",
"description": "Installation of traffic lights"
},
{
"scheme": "CPV",
"id": "45316213",
"description": "Installation of traffic guidance equipment"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232200",
"description": "Traffic-signal maintenance services"
},
{
"scheme": "CPV",
"id": "63712000",
"description": "Support services for road transport"
},
{
"scheme": "CPV",
"id": "63712200",
"description": "Highway operation services"
},
{
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
},
{
"scheme": "CPV",
"id": "63712710",
"description": "Traffic monitoring services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6/SW"
},
{
"id": "6/M",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "34972000",
"description": "Traffic-flow measuring system"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45316210",
"description": "Installation of traffic monitoring equipment"
},
{
"scheme": "CPV",
"id": "45316212",
"description": "Installation of traffic lights"
},
{
"scheme": "CPV",
"id": "45316213",
"description": "Installation of traffic guidance equipment"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232200",
"description": "Traffic-signal maintenance services"
},
{
"scheme": "CPV",
"id": "63712000",
"description": "Support services for road transport"
},
{
"scheme": "CPV",
"id": "63712200",
"description": "Highway operation services"
},
{
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
},
{
"scheme": "CPV",
"id": "63712710",
"description": "Traffic monitoring services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6/M"
},
{
"id": "6/E",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34923000",
"description": "Road traffic-control equipment"
},
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "34972000",
"description": "Traffic-flow measuring system"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45316210",
"description": "Installation of traffic monitoring equipment"
},
{
"scheme": "CPV",
"id": "45316212",
"description": "Installation of traffic lights"
},
{
"scheme": "CPV",
"id": "45316213",
"description": "Installation of traffic guidance equipment"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232200",
"description": "Traffic-signal maintenance services"
},
{
"scheme": "CPV",
"id": "63712000",
"description": "Support services for road transport"
},
{
"scheme": "CPV",
"id": "63712200",
"description": "Highway operation services"
},
{
"scheme": "CPV",
"id": "63712700",
"description": "Traffic control services"
},
{
"scheme": "CPV",
"id": "63712710",
"description": "Traffic monitoring services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6/E"
},
{
"id": "7/NE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "44112000",
"description": "Miscellaneous building structures"
},
{
"scheme": "CPV",
"id": "44210000",
"description": "Structures and parts of structures"
},
{
"scheme": "CPV",
"id": "44212120",
"description": "Structures of bridges"
},
{
"scheme": "CPV",
"id": "44212300",
"description": "Structures and parts"
},
{
"scheme": "CPV",
"id": "44212317",
"description": "Scaffolding structures"
},
{
"scheme": "CPV",
"id": "44212320",
"description": "Miscellaneous structures"
},
{
"scheme": "CPV",
"id": "44212380",
"description": "Parts of structures"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45223100",
"description": "Assembly of metal structures"
},
{
"scheme": "CPV",
"id": "45223110",
"description": "Installation of metal structures"
},
{
"scheme": "CPV",
"id": "45223500",
"description": "Reinforced-concrete structures"
},
{
"scheme": "CPV",
"id": "45223800",
"description": "Assembly and erection of prefabricated structures"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45442121",
"description": "Painting work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71631400",
"description": "Technical inspection services of engineering structures"
},
{
"scheme": "CPV",
"id": "90912000",
"description": "Blast-cleaning services for tubular structures"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "7/NE"
},
{
"id": "7/NW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "44112000",
"description": "Miscellaneous building structures"
},
{
"scheme": "CPV",
"id": "44210000",
"description": "Structures and parts of structures"
},
{
"scheme": "CPV",
"id": "44212120",
"description": "Structures of bridges"
},
{
"scheme": "CPV",
"id": "44212300",
"description": "Structures and parts"
},
{
"scheme": "CPV",
"id": "44212317",
"description": "Scaffolding structures"
},
{
"scheme": "CPV",
"id": "44212320",
"description": "Miscellaneous structures"
},
{
"scheme": "CPV",
"id": "44212380",
"description": "Parts of structures"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45223100",
"description": "Assembly of metal structures"
},
{
"scheme": "CPV",
"id": "45223110",
"description": "Installation of metal structures"
},
{
"scheme": "CPV",
"id": "45223500",
"description": "Reinforced-concrete structures"
},
{
"scheme": "CPV",
"id": "45223800",
"description": "Assembly and erection of prefabricated structures"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45442121",
"description": "Painting work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71631400",
"description": "Technical inspection services of engineering structures"
},
{
"scheme": "CPV",
"id": "90912000",
"description": "Blast-cleaning services for tubular structures"
}
],
"deliveryAddresses": [
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "7/NW"
},
{
"id": "7/SE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "44112000",
"description": "Miscellaneous building structures"
},
{
"scheme": "CPV",
"id": "44210000",
"description": "Structures and parts of structures"
},
{
"scheme": "CPV",
"id": "44212120",
"description": "Structures of bridges"
},
{
"scheme": "CPV",
"id": "44212300",
"description": "Structures and parts"
},
{
"scheme": "CPV",
"id": "44212317",
"description": "Scaffolding structures"
},
{
"scheme": "CPV",
"id": "44212320",
"description": "Miscellaneous structures"
},
{
"scheme": "CPV",
"id": "44212380",
"description": "Parts of structures"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45223100",
"description": "Assembly of metal structures"
},
{
"scheme": "CPV",
"id": "45223110",
"description": "Installation of metal structures"
},
{
"scheme": "CPV",
"id": "45223500",
"description": "Reinforced-concrete structures"
},
{
"scheme": "CPV",
"id": "45223800",
"description": "Assembly and erection of prefabricated structures"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45442121",
"description": "Painting work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71631400",
"description": "Technical inspection services of engineering structures"
},
{
"scheme": "CPV",
"id": "90912000",
"description": "Blast-cleaning services for tubular structures"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "7/SE"
},
{
"id": "7/SW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "44112000",
"description": "Miscellaneous building structures"
},
{
"scheme": "CPV",
"id": "44210000",
"description": "Structures and parts of structures"
},
{
"scheme": "CPV",
"id": "44212120",
"description": "Structures of bridges"
},
{
"scheme": "CPV",
"id": "44212300",
"description": "Structures and parts"
},
{
"scheme": "CPV",
"id": "44212317",
"description": "Scaffolding structures"
},
{
"scheme": "CPV",
"id": "44212320",
"description": "Miscellaneous structures"
},
{
"scheme": "CPV",
"id": "44212380",
"description": "Parts of structures"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45223100",
"description": "Assembly of metal structures"
},
{
"scheme": "CPV",
"id": "45223110",
"description": "Installation of metal structures"
},
{
"scheme": "CPV",
"id": "45223500",
"description": "Reinforced-concrete structures"
},
{
"scheme": "CPV",
"id": "45223800",
"description": "Assembly and erection of prefabricated structures"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45442121",
"description": "Painting work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71631400",
"description": "Technical inspection services of engineering structures"
},
{
"scheme": "CPV",
"id": "90912000",
"description": "Blast-cleaning services for tubular structures"
}
],
"deliveryAddresses": [
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "7/SW"
},
{
"id": "7/M",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "44112000",
"description": "Miscellaneous building structures"
},
{
"scheme": "CPV",
"id": "44210000",
"description": "Structures and parts of structures"
},
{
"scheme": "CPV",
"id": "44212120",
"description": "Structures of bridges"
},
{
"scheme": "CPV",
"id": "44212300",
"description": "Structures and parts"
},
{
"scheme": "CPV",
"id": "44212317",
"description": "Scaffolding structures"
},
{
"scheme": "CPV",
"id": "44212320",
"description": "Miscellaneous structures"
},
{
"scheme": "CPV",
"id": "44212380",
"description": "Parts of structures"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45223100",
"description": "Assembly of metal structures"
},
{
"scheme": "CPV",
"id": "45223110",
"description": "Installation of metal structures"
},
{
"scheme": "CPV",
"id": "45223500",
"description": "Reinforced-concrete structures"
},
{
"scheme": "CPV",
"id": "45223800",
"description": "Assembly and erection of prefabricated structures"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45442121",
"description": "Painting work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71631400",
"description": "Technical inspection services of engineering structures"
},
{
"scheme": "CPV",
"id": "90912000",
"description": "Blast-cleaning services for tubular structures"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "7/M"
},
{
"id": "7/E",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "44112000",
"description": "Miscellaneous building structures"
},
{
"scheme": "CPV",
"id": "44210000",
"description": "Structures and parts of structures"
},
{
"scheme": "CPV",
"id": "44212120",
"description": "Structures of bridges"
},
{
"scheme": "CPV",
"id": "44212300",
"description": "Structures and parts"
},
{
"scheme": "CPV",
"id": "44212317",
"description": "Scaffolding structures"
},
{
"scheme": "CPV",
"id": "44212320",
"description": "Miscellaneous structures"
},
{
"scheme": "CPV",
"id": "44212380",
"description": "Parts of structures"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45223100",
"description": "Assembly of metal structures"
},
{
"scheme": "CPV",
"id": "45223110",
"description": "Installation of metal structures"
},
{
"scheme": "CPV",
"id": "45223500",
"description": "Reinforced-concrete structures"
},
{
"scheme": "CPV",
"id": "45223800",
"description": "Assembly and erection of prefabricated structures"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45442121",
"description": "Painting work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71631400",
"description": "Technical inspection services of engineering structures"
},
{
"scheme": "CPV",
"id": "90912000",
"description": "Blast-cleaning services for tubular structures"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "7/E"
},
{
"id": "8/NE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233210",
"description": "Surface work for highways"
},
{
"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": "45233320",
"description": "Foundation work for roads"
},
{
"scheme": "CPV",
"id": "45247200",
"description": "Construction work for dams and similar fixed structures"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45442120",
"description": "Painting and protective-coating work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "8/NE"
},
{
"id": "8/NW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233210",
"description": "Surface work for highways"
},
{
"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": "45233320",
"description": "Foundation work for roads"
},
{
"scheme": "CPV",
"id": "45247200",
"description": "Construction work for dams and similar fixed structures"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45442120",
"description": "Painting and protective-coating work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "8/NW"
},
{
"id": "8/SE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233210",
"description": "Surface work for highways"
},
{
"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": "45233320",
"description": "Foundation work for roads"
},
{
"scheme": "CPV",
"id": "45247200",
"description": "Construction work for dams and similar fixed structures"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45442120",
"description": "Painting and protective-coating work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "8/SE"
},
{
"id": "8/SW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233210",
"description": "Surface work for highways"
},
{
"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": "45233320",
"description": "Foundation work for roads"
},
{
"scheme": "CPV",
"id": "45247200",
"description": "Construction work for dams and similar fixed structures"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45442120",
"description": "Painting and protective-coating work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "8/SW"
},
{
"id": "8/M",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233210",
"description": "Surface work for highways"
},
{
"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": "45233320",
"description": "Foundation work for roads"
},
{
"scheme": "CPV",
"id": "45247200",
"description": "Construction work for dams and similar fixed structures"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45442120",
"description": "Painting and protective-coating work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "8/M"
},
{
"id": "8/E",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233130",
"description": "Construction work for highways"
},
{
"scheme": "CPV",
"id": "45233131",
"description": "Construction work for elevated highways"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233210",
"description": "Surface work for highways"
},
{
"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": "45233320",
"description": "Foundation work for roads"
},
{
"scheme": "CPV",
"id": "45247200",
"description": "Construction work for dams and similar fixed structures"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45442120",
"description": "Painting and protective-coating work of structures"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "8/E"
},
{
"id": "9/NE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39293300",
"description": "Artificial grass"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45112700",
"description": "Landscaping work"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "77211300",
"description": "Tree-clearing services"
},
{
"scheme": "CPV",
"id": "77314100",
"description": "Grassing services"
},
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
},
{
"scheme": "CPV",
"id": "77211500",
"description": "Tree-maintenance services"
},
{
"scheme": "CPV",
"id": "77211600",
"description": "Tree seeding"
},
{
"scheme": "CPV",
"id": "77310000",
"description": "Planting and maintenance services of green areas"
},
{
"scheme": "CPV",
"id": "77340000",
"description": "Tree pruning and hedge trimming"
},
{
"scheme": "CPV",
"id": "77341000",
"description": "Tree pruning"
},
{
"scheme": "CPV",
"id": "92534000",
"description": "Wildlife preservation services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "9/NE"
},
{
"id": "9/NW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39293300",
"description": "Artificial grass"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45112700",
"description": "Landscaping work"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "77211300",
"description": "Tree-clearing services"
},
{
"scheme": "CPV",
"id": "77314100",
"description": "Grassing services"
},
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
},
{
"scheme": "CPV",
"id": "77211500",
"description": "Tree-maintenance services"
},
{
"scheme": "CPV",
"id": "77211600",
"description": "Tree seeding"
},
{
"scheme": "CPV",
"id": "77310000",
"description": "Planting and maintenance services of green areas"
},
{
"scheme": "CPV",
"id": "77340000",
"description": "Tree pruning and hedge trimming"
},
{
"scheme": "CPV",
"id": "77341000",
"description": "Tree pruning"
},
{
"scheme": "CPV",
"id": "92534000",
"description": "Wildlife preservation services"
}
],
"deliveryAddresses": [
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "9/NW"
},
{
"id": "9/SE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39293300",
"description": "Artificial grass"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45112700",
"description": "Landscaping work"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "77211300",
"description": "Tree-clearing services"
},
{
"scheme": "CPV",
"id": "77314100",
"description": "Grassing services"
},
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
},
{
"scheme": "CPV",
"id": "77211500",
"description": "Tree-maintenance services"
},
{
"scheme": "CPV",
"id": "77211600",
"description": "Tree seeding"
},
{
"scheme": "CPV",
"id": "77310000",
"description": "Planting and maintenance services of green areas"
},
{
"scheme": "CPV",
"id": "77340000",
"description": "Tree pruning and hedge trimming"
},
{
"scheme": "CPV",
"id": "77341000",
"description": "Tree pruning"
},
{
"scheme": "CPV",
"id": "92534000",
"description": "Wildlife preservation services"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "9/SE"
},
{
"id": "9/SW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39293300",
"description": "Artificial grass"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45112700",
"description": "Landscaping work"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "77211300",
"description": "Tree-clearing services"
},
{
"scheme": "CPV",
"id": "77314100",
"description": "Grassing services"
},
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
},
{
"scheme": "CPV",
"id": "77211500",
"description": "Tree-maintenance services"
},
{
"scheme": "CPV",
"id": "77211600",
"description": "Tree seeding"
},
{
"scheme": "CPV",
"id": "77310000",
"description": "Planting and maintenance services of green areas"
},
{
"scheme": "CPV",
"id": "77340000",
"description": "Tree pruning and hedge trimming"
},
{
"scheme": "CPV",
"id": "77341000",
"description": "Tree pruning"
},
{
"scheme": "CPV",
"id": "92534000",
"description": "Wildlife preservation services"
}
],
"deliveryAddresses": [
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "9/SW"
},
{
"id": "9/M",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39293300",
"description": "Artificial grass"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45112700",
"description": "Landscaping work"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "77211300",
"description": "Tree-clearing services"
},
{
"scheme": "CPV",
"id": "77314100",
"description": "Grassing services"
},
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
},
{
"scheme": "CPV",
"id": "77211500",
"description": "Tree-maintenance services"
},
{
"scheme": "CPV",
"id": "77211600",
"description": "Tree seeding"
},
{
"scheme": "CPV",
"id": "77310000",
"description": "Planting and maintenance services of green areas"
},
{
"scheme": "CPV",
"id": "77340000",
"description": "Tree pruning and hedge trimming"
},
{
"scheme": "CPV",
"id": "77341000",
"description": "Tree pruning"
},
{
"scheme": "CPV",
"id": "92534000",
"description": "Wildlife preservation services"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "9/M"
},
{
"id": "9/E",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39293300",
"description": "Artificial grass"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45112700",
"description": "Landscaping work"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "77211300",
"description": "Tree-clearing services"
},
{
"scheme": "CPV",
"id": "77314100",
"description": "Grassing services"
},
{
"scheme": "CPV",
"id": "77211400",
"description": "Tree-cutting services"
},
{
"scheme": "CPV",
"id": "77211500",
"description": "Tree-maintenance services"
},
{
"scheme": "CPV",
"id": "77211600",
"description": "Tree seeding"
},
{
"scheme": "CPV",
"id": "77310000",
"description": "Planting and maintenance services of green areas"
},
{
"scheme": "CPV",
"id": "77340000",
"description": "Tree pruning and hedge trimming"
},
{
"scheme": "CPV",
"id": "77341000",
"description": "Tree pruning"
},
{
"scheme": "CPV",
"id": "92534000",
"description": "Wildlife preservation services"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "9/E"
},
{
"id": "10/NE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34922100",
"description": "Road markings"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"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": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "10/NE"
},
{
"id": "10/NW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34922100",
"description": "Road markings"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"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": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
}
],
"deliveryAddresses": [
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "10/NW"
},
{
"id": "10/SE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34922100",
"description": "Road markings"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"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": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "10/SE"
},
{
"id": "10/SW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34922100",
"description": "Road markings"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"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": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
}
],
"deliveryAddresses": [
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "10/SW"
},
{
"id": "10/M",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34922100",
"description": "Road markings"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"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": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "10/M"
},
{
"id": "10/E",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34922100",
"description": "Road markings"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"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": "45233223",
"description": "Carriageway resurfacing works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "10/E"
},
{
"id": "11/NE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "31500000",
"description": "Lighting equipment and electric lamps"
},
{
"scheme": "CPV",
"id": "31523000",
"description": "Illuminated signs and nameplates"
},
{
"scheme": "CPV",
"id": "31530000",
"description": "Parts of lamps and lighting equipment"
},
{
"scheme": "CPV",
"id": "34928500",
"description": "Street-lighting equipment"
},
{
"scheme": "CPV",
"id": "34928510",
"description": "Street-lighting columns"
},
{
"scheme": "CPV",
"id": "34992000",
"description": "Signs and illuminated signs"
},
{
"scheme": "CPV",
"id": "34992100",
"description": "Illuminated traffic signs"
},
{
"scheme": "CPV",
"id": "34993100",
"description": "Tunnel lighting"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45316110",
"description": "Installation of road lighting equipment"
},
{
"scheme": "CPV",
"id": "45316211",
"description": "Installation of illuminated road signs"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232100",
"description": "Street-lighting maintenance services"
},
{
"scheme": "CPV",
"id": "50232110",
"description": "Commissioning of public lighting installations"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "11/NE"
},
{
"id": "11/NW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "31500000",
"description": "Lighting equipment and electric lamps"
},
{
"scheme": "CPV",
"id": "31523000",
"description": "Illuminated signs and nameplates"
},
{
"scheme": "CPV",
"id": "31530000",
"description": "Parts of lamps and lighting equipment"
},
{
"scheme": "CPV",
"id": "34928500",
"description": "Street-lighting equipment"
},
{
"scheme": "CPV",
"id": "34928510",
"description": "Street-lighting columns"
},
{
"scheme": "CPV",
"id": "34992000",
"description": "Signs and illuminated signs"
},
{
"scheme": "CPV",
"id": "34992100",
"description": "Illuminated traffic signs"
},
{
"scheme": "CPV",
"id": "34993100",
"description": "Tunnel lighting"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45316110",
"description": "Installation of road lighting equipment"
},
{
"scheme": "CPV",
"id": "45316211",
"description": "Installation of illuminated road signs"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232100",
"description": "Street-lighting maintenance services"
},
{
"scheme": "CPV",
"id": "50232110",
"description": "Commissioning of public lighting installations"
}
],
"deliveryAddresses": [
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "11/NW"
},
{
"id": "11/SE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "31500000",
"description": "Lighting equipment and electric lamps"
},
{
"scheme": "CPV",
"id": "31523000",
"description": "Illuminated signs and nameplates"
},
{
"scheme": "CPV",
"id": "31530000",
"description": "Parts of lamps and lighting equipment"
},
{
"scheme": "CPV",
"id": "34928500",
"description": "Street-lighting equipment"
},
{
"scheme": "CPV",
"id": "34928510",
"description": "Street-lighting columns"
},
{
"scheme": "CPV",
"id": "34992000",
"description": "Signs and illuminated signs"
},
{
"scheme": "CPV",
"id": "34992100",
"description": "Illuminated traffic signs"
},
{
"scheme": "CPV",
"id": "34993100",
"description": "Tunnel lighting"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45316110",
"description": "Installation of road lighting equipment"
},
{
"scheme": "CPV",
"id": "45316211",
"description": "Installation of illuminated road signs"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232100",
"description": "Street-lighting maintenance services"
},
{
"scheme": "CPV",
"id": "50232110",
"description": "Commissioning of public lighting installations"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "11/SE"
},
{
"id": "11/SW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "31500000",
"description": "Lighting equipment and electric lamps"
},
{
"scheme": "CPV",
"id": "31523000",
"description": "Illuminated signs and nameplates"
},
{
"scheme": "CPV",
"id": "31530000",
"description": "Parts of lamps and lighting equipment"
},
{
"scheme": "CPV",
"id": "34928500",
"description": "Street-lighting equipment"
},
{
"scheme": "CPV",
"id": "34928510",
"description": "Street-lighting columns"
},
{
"scheme": "CPV",
"id": "34992000",
"description": "Signs and illuminated signs"
},
{
"scheme": "CPV",
"id": "34992100",
"description": "Illuminated traffic signs"
},
{
"scheme": "CPV",
"id": "34993100",
"description": "Tunnel lighting"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45316110",
"description": "Installation of road lighting equipment"
},
{
"scheme": "CPV",
"id": "45316211",
"description": "Installation of illuminated road signs"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232100",
"description": "Street-lighting maintenance services"
},
{
"scheme": "CPV",
"id": "50232110",
"description": "Commissioning of public lighting installations"
}
],
"deliveryAddresses": [
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "11/SW"
},
{
"id": "11/M",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "31500000",
"description": "Lighting equipment and electric lamps"
},
{
"scheme": "CPV",
"id": "31523000",
"description": "Illuminated signs and nameplates"
},
{
"scheme": "CPV",
"id": "31530000",
"description": "Parts of lamps and lighting equipment"
},
{
"scheme": "CPV",
"id": "34928500",
"description": "Street-lighting equipment"
},
{
"scheme": "CPV",
"id": "34928510",
"description": "Street-lighting columns"
},
{
"scheme": "CPV",
"id": "34992000",
"description": "Signs and illuminated signs"
},
{
"scheme": "CPV",
"id": "34992100",
"description": "Illuminated traffic signs"
},
{
"scheme": "CPV",
"id": "34993100",
"description": "Tunnel lighting"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45316110",
"description": "Installation of road lighting equipment"
},
{
"scheme": "CPV",
"id": "45316211",
"description": "Installation of illuminated road signs"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232100",
"description": "Street-lighting maintenance services"
},
{
"scheme": "CPV",
"id": "50232110",
"description": "Commissioning of public lighting installations"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "11/M"
},
{
"id": "11/E",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "31500000",
"description": "Lighting equipment and electric lamps"
},
{
"scheme": "CPV",
"id": "31523000",
"description": "Illuminated signs and nameplates"
},
{
"scheme": "CPV",
"id": "31530000",
"description": "Parts of lamps and lighting equipment"
},
{
"scheme": "CPV",
"id": "34928500",
"description": "Street-lighting equipment"
},
{
"scheme": "CPV",
"id": "34928510",
"description": "Street-lighting columns"
},
{
"scheme": "CPV",
"id": "34992000",
"description": "Signs and illuminated signs"
},
{
"scheme": "CPV",
"id": "34992100",
"description": "Illuminated traffic signs"
},
{
"scheme": "CPV",
"id": "34993100",
"description": "Tunnel lighting"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45316110",
"description": "Installation of road lighting equipment"
},
{
"scheme": "CPV",
"id": "45316211",
"description": "Installation of illuminated road signs"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50232000",
"description": "Maintenance services of public-lighting installations and traffic lights"
},
{
"scheme": "CPV",
"id": "50232100",
"description": "Street-lighting maintenance services"
},
{
"scheme": "CPV",
"id": "50232110",
"description": "Commissioning of public lighting installations"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "11/E"
},
{
"id": "12/NE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45233310",
"description": "Foundation work for highways"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "12/NE"
},
{
"id": "12/NW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45233310",
"description": "Foundation work for highways"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "12/NW"
},
{
"id": "12/SE",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45233310",
"description": "Foundation work for highways"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "12/SE"
},
{
"id": "12/SW",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45233310",
"description": "Foundation work for highways"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "12/SW"
},
{
"id": "12/M",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45233310",
"description": "Foundation work for highways"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "12/M"
},
{
"id": "12/E",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34928100",
"description": "Crash barriers"
},
{
"scheme": "CPV",
"id": "34928110",
"description": "Road barriers"
},
{
"scheme": "CPV",
"id": "34928300",
"description": "Safety barriers"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213310",
"description": "Construction work for buildings relating to road transport"
},
{
"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": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
},
{
"scheme": "CPV",
"id": "45233310",
"description": "Foundation work for highways"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "12/E"
}
],
"value": {
"amountGross": 17400000000,
"amount": 14500000000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"status": "active",
"title": "Main Contractor (National)",
"description": "This Lot 1 is for more complex Work Orders for which the Client requires a single prime supplier to both deliver (via self-delivery and sub-contracts) and manage schemes which could include any or all of the scope for other Lots (excluding the design Lots), including the option to deliver scheme(s) as design & build. The Lot covers the supply of products, materials, plant, equipment and people to carry out construction, removal activities and Framework Mobilisation. The procurement procedure for this Lot will be Process 1.",
"value": {
"amountGross": 1861444571,
"amount": 1551203809,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 10
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum.",
"forReduction": true
}
]
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "2/NE",
"title": "General Civils, Drainage & Concrete (North East)",
"description": "This Lot (2/NE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"status": "active",
"value": {
"amountGross": 117720000,
"amount": 98100000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "2/NW",
"title": "General Civils, Drainage & Concrete (North West)",
"description": "This Lot (2/NW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"status": "active",
"value": {
"amountGross": 197109493,
"amount": 164257911,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "2/SE",
"title": "General Civils, Drainage & Concrete (South East)",
"description": "This Lot (2/SE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"status": "active",
"value": {
"amountGross": 306545334,
"amount": 255454445,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "2/SW",
"title": "General Civils, Drainage & Concrete (South West)",
"description": "This Lot (2/SW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"status": "active",
"value": {
"amountGross": 430182983,
"amount": 358485819,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "2/M",
"title": "General Civils, Drainage & Concrete (Midlands)",
"description": "This Lot (2/M) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"status": "active",
"value": {
"amountGross": 174300000,
"amount": 145250000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "2/E",
"title": "General Civils, Drainage & Concrete (East of England)",
"description": "This Lot (2/E) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"status": "active",
"value": {
"amountGross": 379126551,
"amount": 315938792,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "3/NE",
"title": "Pavements (North East)",
"description": "This Lot (3/NE) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"status": "active",
"value": {
"amountGross": 532800000,
"amount": 444000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "3/NW",
"title": "Pavements (North West)",
"description": "This Lot (3/NW) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"status": "active",
"value": {
"amountGross": 485087184,
"amount": 404239320,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "3/SE",
"title": "Pavements (South East)",
"description": "This Lot (3/SE) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"status": "active",
"value": {
"amountGross": 375524017,
"amount": 312936681,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "3/SW",
"title": "Pavements (South West)",
"description": "This Lot (3/SW) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"status": "active",
"value": {
"amountGross": 350788658,
"amount": 292323882,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "3/M",
"title": "Pavements (Midlands)",
"description": "This Lot (3/M) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"status": "active",
"value": {
"amountGross": 678000000,
"amount": 565000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "3/E",
"title": "Pavements (East of England)",
"description": "This Lot (3/E) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"status": "active",
"value": {
"amountGross": 554464694,
"amount": 462053912,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "4",
"title": "Tunnels (National)",
"description": "This Lot 4 covers the supply of materials, plant, equipment and people to carry out construction, commissioning, integrated commissioning, integrated testing and removal activities within and related to road tunnels, including the option to deliver scheme(s) as design & build. Scope includes but not limited to * electrical systems, * mechanical systems, * technology systems and * design and installation of temporary works. Suppliers may be provided with specialist technology assets by the Client. Other duties This Lot also includes the following activities * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * carrying out surveys, * fault finding and diagnostics, * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the delivery of incident response (rapid response), * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2.",
"status": "active",
"value": {
"amountGross": 33600000,
"amount": 28000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "5.1/North",
"title": "Technology Design (North East, North West & Midlands)",
"description": "This Lot (5.1/North) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: * structures, * landscaping, * pavements, * drainage, * traffic modelling, * traffic signals, * geometrical designs, * geotechnics, * technology, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision and * stakeholder engagement/consultation. Other duties This Lot also includes the following activities: * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out above, * carrying out surveys (intrusive and non-intrusive), * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8",
"status": "active",
"value": {
"amountGross": 102188689,
"amount": 85157241,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 8
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "5.1/South",
"title": "Technology Design (South East, South West & East of England)",
"description": "This Lot (5.1/South) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: * structures, * landscaping, * pavements, * drainage, * traffic modelling, * traffic signals, * geometrical designs, * geotechnics, * technology, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision and * stakeholder engagement/consultation. Other duties This Lot also includes the following activities: * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out above, * carrying out surveys (intrusive and non-intrusive), * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8",
"status": "active",
"value": {
"amountGross": 96175117,
"amount": 80145931,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 8
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "5.2/NE",
"title": "Design (North East)",
"description": "This Lot (5.2/NE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"status": "active",
"value": {
"amountGross": 137260915,
"amount": 114384096,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "5.2/NW",
"title": "Design (North West)",
"description": "This Lot (5.2/NW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"status": "active",
"value": {
"amountGross": 158876854,
"amount": 132397378,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "5.2/SE",
"title": "Design (South East)",
"description": "This Lot (5.2/SE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"status": "active",
"value": {
"amountGross": 135977472,
"amount": 113314560,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "5.2/SW",
"title": "Design (South West)",
"description": "This Lot (5.2/SW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"status": "active",
"value": {
"amountGross": 126939854,
"amount": 105783212,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "5.2/M",
"title": "Design (Midlands)",
"description": "This Lot (5.2/M) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"status": "active",
"value": {
"amountGross": 88962000,
"amount": 74135000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "5.2/E",
"title": "Design (East of England)",
"description": "This Lot (5.2/E) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"status": "active",
"value": {
"amountGross": 91301460,
"amount": 76084550,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "6/NE",
"title": "Traffic Management (North East)",
"description": "This Lot (6/NE) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"status": "active",
"value": {
"amountGross": 258847199,
"amount": 215705999,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "6/NW",
"title": "Traffic Management (North West)",
"description": "This Lot (6/NW) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"status": "active",
"value": {
"amountGross": 317809686,
"amount": 264841405,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "6/SE",
"title": "Traffic Management (South East)",
"description": "This Lot (6/SE) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"status": "active",
"value": {
"amountGross": 190151189,
"amount": 158459324,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "6/SW",
"title": "Traffic Management (South West)",
"description": "This Lot (6/SW) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"status": "active",
"value": {
"amountGross": 346677207,
"amount": 288897673,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "6/M",
"title": "Traffic Management (Midlands)",
"description": "This Lot (6/M) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"status": "active",
"value": {
"amountGross": 345480000,
"amount": 287900000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "6/E",
"title": "Traffic Management (East of England)",
"description": "This Lot (6/E) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"status": "active",
"value": {
"amountGross": 216556131,
"amount": 180463442,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "7/NE",
"title": "Structures (North East)",
"description": "This Lot (7/NE) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"status": "active",
"value": {
"amountGross": 144000000,
"amount": 120000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "7/NW",
"title": "Structures (North West)",
"description": "This Lot (7/NW) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"status": "active",
"value": {
"amountGross": 32625814,
"amount": 27188178,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "7/SE",
"title": "Structures (South East)",
"description": "This Lot (7/SE) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"status": "active",
"value": {
"amountGross": 73407618,
"amount": 61173015,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "7/SW",
"title": "Structures (South West)",
"description": "This Lot (7/SW) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"status": "active",
"value": {
"amountGross": 39915314,
"amount": 33262762,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "7/M",
"title": "Structures (Midlands)",
"description": "This Lot (7/M) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"status": "active",
"value": {
"amountGross": 135600000,
"amount": 113000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "7/E",
"title": "Structures (East of England)",
"description": "This Lot (7/E) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"status": "active",
"value": {
"amountGross": 22205030,
"amount": 18504192,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "8/NE",
"title": "Joints & Waterproofing (North East)",
"description": "This Lot (8/NE) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"status": "active",
"value": {
"amountGross": 36000000,
"amount": 30000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "8/NW",
"title": "Joints & Waterproofing (North West)",
"description": "This Lot (8/NW) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"status": "active",
"value": {
"amountGross": 28457425,
"amount": 23714521,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "8/SE",
"title": "Joints & Waterproofing (South East)",
"description": "This Lot (8/SE) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"status": "active",
"value": {
"amountGross": 27942784,
"amount": 23285653,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "8/SW",
"title": "Joints & Waterproofing (South West)",
"description": "This Lot (8/SW) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"status": "active",
"value": {
"amountGross": 21477602,
"amount": 17898001,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "8/M",
"title": "Joints & Waterproofing (Midlands)",
"description": "This Lot (8/M) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"status": "active",
"value": {
"amountGross": 29520000,
"amount": 24600000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "8/E",
"title": "Joints & Waterproofing (East of England)",
"description": "This Lot (8/E) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"status": "active",
"value": {
"amountGross": 22205030,
"amount": 18504192,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "9/NE",
"title": "Landscaping (North East)",
"description": "This Lot (9/NE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"status": "active",
"value": {
"amountGross": 27450000,
"amount": 22875000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "9/NW",
"title": "Landscaping (North West)",
"description": "This Lot (9/NW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"status": "active",
"value": {
"amountGross": 21870749,
"amount": 18225624,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "9/SE",
"title": "Landscaping (South East)",
"description": "This Lot (9/SE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"status": "active",
"value": {
"amountGross": 16800000,
"amount": 14000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "9/SW",
"title": "Landscaping (South West)",
"description": "This Lot (9/SW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"status": "active",
"value": {
"amountGross": 9053874,
"amount": 7544895,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "9/M",
"title": "Landscaping (Midlands)",
"description": "This Lot (9/M) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"status": "active",
"value": {
"amountGross": 36000000,
"amount": 30000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "9/E",
"title": "Landscaping (East of England)",
"description": "This Lot (9/E) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"status": "active",
"value": {
"amountGross": 16914341,
"amount": 14095284,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "10/NE",
"title": "Road Markings (North East)",
"description": "This Lot (10/NE) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"status": "active",
"value": {
"amountGross": 46789200,
"amount": 38991000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "10/NW",
"title": "Road Markings (North West)",
"description": "This Lot (10/NW) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"status": "active",
"value": {
"amountGross": 41886239,
"amount": 34905199,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "10/SE",
"title": "Road Markings (South East)",
"description": "This Lot (10/SE) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"status": "active",
"value": {
"amountGross": 30585943,
"amount": 25488286,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "10/SW",
"title": "Road Markings (South West)",
"description": "This Lot (10/SW) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"status": "active",
"value": {
"amountGross": 26750887,
"amount": 22292405,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "10/M",
"title": "Road Markings (Midlands)",
"description": "This Lot (10/M) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"status": "active",
"value": {
"amountGross": 98400000,
"amount": 82000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "10/E",
"title": "Road Markings (East of England)",
"description": "This Lot (10/E) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"status": "active",
"value": {
"amountGross": 75568832,
"amount": 62974027,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "11/NE",
"title": "Signs & Lighting (North East)",
"description": "This Lot (11/NE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"status": "active",
"value": {
"amountGross": 78516000,
"amount": 65430000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "11/NW",
"title": "Signs & Lighting (North West)",
"description": "This Lot (11/NW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"status": "active",
"value": {
"amountGross": 101279197,
"amount": 84399331,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "11/SE",
"title": "Signs & Lighting (South East)",
"description": "This Lot (11/SE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"status": "active",
"value": {
"amountGross": 37368635,
"amount": 31140529,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "11/SW",
"title": "Signs & Lighting (South West)",
"description": "This Lot (11/SW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"status": "active",
"value": {
"amountGross": 12723810,
"amount": 10603175,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "11/M",
"title": "Signs & Lighting (Midlands)",
"description": "This Lot (11/M) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"status": "active",
"value": {
"amountGross": 108000000,
"amount": 90000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "11/E",
"title": "Signs & Lighting (East of England)",
"description": "This Lot (11/E) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"status": "active",
"value": {
"amountGross": 66615091,
"amount": 55512576,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "12/NE",
"title": "Vehicle Restraint Systems / Road Restraint Systems (North East)",
"description": "This Lot (12/NE) covers the supply of materials, plant and people for the: * installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"status": "active",
"value": {
"amountGross": 80190000,
"amount": 66825000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "12/NW",
"title": "Vehicle Restraint Systems / Road Restraint Systems (North West)",
"description": "This Lot (12/NW) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"status": "active",
"value": {
"amountGross": 26666203,
"amount": 22221836,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "12/SE",
"title": "Vehicle Restraint Systems / Road Restraint Systems (South East)",
"description": "This Lot (12/SE) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"status": "active",
"value": {
"amountGross": 73509548,
"amount": 61257957,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "12/SW",
"title": "Vehicle Restraint Systems / Road Restraint Systems (South West)",
"description": "This Lot (12/SW) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"status": "active",
"value": {
"amountGross": 50086183,
"amount": 41738486,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "12/M",
"title": "Vehicle Restraint Systems / Road Restraint Systems (Midlands)",
"description": "This Lot (12/M) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"status": "active",
"value": {
"amountGross": 79200000,
"amount": 66000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
},
{
"id": "12/E",
"title": "Vehicle Restraint Systems / Road Restraint Systems (East of England)",
"description": "This Lot (12/E) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"status": "active",
"value": {
"amountGross": 39969054,
"amount": 33307545,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality Submission",
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"type": "technical",
"description": "Please refer to the Conditions of Participation Guidance document."
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-09-15T00:00:00+01:00",
"endDate": "2035-09-15T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
}
}
],
"communication": {
"futureNoticeDate": "2026-01-22T23:59:59+00:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The procurement will follow the Competitive Flexible Procedure (CFP) in accordance with the Procurement Act 2023 and associated Procurement Regulations 2024. The Competitive Flexible Procedure has been selected as it provides National Highways with the opportunity to achieve a more effective, flexible, and value-driven procurement process, ultimately leading to better project outcomes and a stronger Service Provider relationship. National Highways will be employing the use of two different Competitive Flexible Procedures dependent upon the Lot. For Lots 1, 5.1 and 5.2, National Highways will utilise a 3-stage process (Process 1) and for Lots 2, 3, 4, 6, 7, 8, 9, 10, 11 & 12, a 2-stage process will be used (Process 2). A full description of the two Competitive Flexible Procedures and how National Highways intends to employ them can be found in the Conditions of Participation Documents, specifically the Information Memorandum. As well as the Guidance documents to support suppliers through the Conditions of Participation process, National Highways has recorded a number of informative narrated presentations to guide suppliers through the procurement process. These presentations can be found on National Highways eSourcing Portal. Registration information can be found in the \"Submission\" section of this notice. National Highways informs that where a number has been applied to the maximum number of suppliers to be invited to tender, this relates to all Sublots under a Lot rather than an individual Sublot. Note: registration on the Central Digital Platform will be a mandatory requirement to participate in this procurement process. We hereby confirm, National Highways has conducted a Conflict of Interest (CoI) assessment, prior to the issue of this Notice. Such CoI assessments shall continue at appropriate stages throughout this procurement process."
},
"coveredBy": [
"GPA"
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 212,
"method": "withAndWithoutReopeningCompetition",
"periodRationale": "The Framework Agreement will have a term of 8 years for the following reasons: - The longer framework term allows our supply chain to invest in innovation, people, and equipment, giving overall best value, maximising productivity, and the ability to meet efficiency targets. - Building collaborative relationships and understanding the different ways of working takes time (up to two years), therefore increasing the term beyond 4 years maximises that investment in time and effort within the strategic partnerships. - Reducing the number of times the Small, Medium Enterprises (SMEs) within our supply chain need to tender provides stability and longer-term business prosperity. - Results from Market Engagement showed that the supply chain preferred an 8-year framework over a 4 or 6-year framework for the reasons mentioned in the previous bullet points above.",
"type": "open",
"buyerCategories": "Future Lower Thames Crossing Regulated Asset Base Vehicle and the Maintenance & Response suppliers.",
"description": "Please refer to the Information Memorandum. The framework will allow both award without further competition and via a competitive selection process. The procedures for award differs across Lots."
}
},
"submissionMethodDetails": "National Highways will use an eSourcing Portal called Jaggaer in this procurement exercise. Information on how to take part in this Tender is detailed below: 1. Register your company on the eSourcing portal (this is only required once): Visit - https://nationalhighways.ukp.app.jaggaer.com/ and click the link to register. Accept the terms and conditions and click 'continue' - Enter your business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password. 2. Express an Interest in the tender: a. Login to the portal - Click in the 'PQQs Open to All Suppliers' area. (These are Pre-Qualification Questionnaires, aka Procurement Specific Questionnaire (PSQ) open to any registered supplier). Click on the relevant PQQ to access the content. Suppliers are advised to ensure they fully understand the PQQs they are required to complete. b. Click the 'Express Interest' button at the top of the page. This will move the PQQ into your 'My PQQs' page (This is a secure area reserved for your projects only). You can access any attachments by clicking the 'Buyer Attachments' in the 'PQQ Details' box. You will need to complete this process on every PQQ (Lot) are you applying for. All suppliers are required to complete PQQ_105. 3. Responding to the tender - Click 'My Response' under 'PQQ Details', you can 'Create Response' or 'Decline to Respond' (please give a reason if declining).You can use the 'Messages' function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the onscreen instructions to complete the PQQ. Submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance, please consult online help or contact the eTendering help desk. You should also be aware that if your bid is successful the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security. Further information will be set out in the Tender Documents. Framework dates stated are indicative and may be subject to change. National Highways reserves the right not to accept the highest scoring, or any, tender. Bidders should note that tenders are submitted at the supplier's own cost and risk. National Highways may cancel the competition or part of it for any reason, and bidders' costs will not be reimbursed. National Highways expressly reserves the right (i) not to award any contract as a result of this tendering exercise commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will National Highways be liable for any costs incurred by candidates.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-11-14T17:00:00+00:00",
"enquiryPeriod": {
"endDate": "2025-10-24T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2027-06-01T23:59:59+01:00"
},
"lotDetails": {
"awardCriteriaDetails": "Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Following the Conditions of Participation stage, the Tender documents will be made available to the shortlisted suppliers via the eSourcing Portal."
},
{
"id": "A-5622",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5622",
"format": "application/octet-stream"
},
{
"id": "A-5623",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5623",
"format": "application/pdf"
},
{
"id": "A-5624",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5624",
"format": "application/pdf"
},
{
"id": "A-5625",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5625",
"format": "application/pdf"
},
{
"id": "060400-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/060400-2025",
"datePublished": "2025-09-29T10:57:13+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "As per the Contract documents."
},
"riskDetails": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"language": "en"
}