Tender

GCC Highways Major Projects Construction Framework

GLOUCESTERSHIRE COUNTY COUNCIL

This public procurement record has 3 releases in its history.

Tender

28 Nov 2025 at 14:48

PlanningUpdate

15 Jul 2025 at 15:05

Planning

15 Jul 2025 at 15:00

Summary of the contracting process

Gloucestershire County Council, a sub-central government public authority, has announced an open tender for the "GCC Highways Major Projects Construction Framework". The procurement process involves establishing a four-year multi-supplier framework agreement focusing on highway construction works across Gloucestershire, classified under the construction industry (CPV 45000000). The framework is divided into two lots: Lot 1 for Highways Projects and Lot 2 for Structures and Geotechnical Projects, with project values ranging from £0.25 million to £10 million. The tender process, governed by the NEC4 Engineering and Construction Contract, will follow an open procedure with a tender submission deadline set for 12 January 2026, and awards expected by 30 January 2026. The framework contract is scheduled to start on 11 February 2026 and conclude on 10 February 2030, expected to replace multiple open tenders for construction works, providing a compliant, efficient route to market for qualified suppliers.

This tender offers significant growth opportunities for construction firms, particularly those experienced in large-scale infrastructure projects. Businesses specializing in new road construction, major junction upgrades, earthworks, bridge construction, geotechnical stabilization, and similar works will find opportunities within this framework. The mini-competition or direct award process offers continued engagement for SMEs due to their suitability and the financial thresholds accommodating a range of project sizes. Given the projected total value of £60 million and the prioritization of qualities like quality, price, and social value, businesses capable of delivering high-quality project outcomes with social impacts will be well-positioned to benefit from these opportunities.

How relevant is this notice?

Notice Information

Notice Title

GCC Highways Major Projects Construction Framework

Notice Description

The Council is undertaking a competitive procurement process for a four-year multi-supplier Framework Agreement for the supply of highway construction works required by the council in relation to Highways Major Projects. The framework agreement shall comprise two lots: one for Highways Projects and the other for Structures and Geotechnical Projects . Tenderers will be selected based on quality, financial and social value criteria. The procurement of the framework is intended to replace a series of open tenders for construction works. This Framework is established to support the delivery of highways infrastructure projects across the Local Authority's network. It provides a compliant, efficient, and flexible route to market, enabling access to pre-qualified suppliers for works ranging from PS0.5m to PS10m for Lot 1, and PS0.25m to PS10m for Lot 2. The Authority Major Projects webpages can be found here which give more information about the types of projects delivered: https://www.gloucestershire.gov.uk/major-projects-list/ The Framework is governed by the NEC4 Framework Contract (2017 with February 2023 amendments), with individual projects delivered under the NEC4 Engineering and Construction Contract (ECC 2017 with February 2023 amendments). It is structured to support both mini-competitions and direct awards, in line with the Procurement Act 2023 and the principles of The Construction Playbook. Lot 1: Highways Projects (PS0.5m - PS10m) Scope: New road construction and major junction upgrades. Carriageway widening, integrated transport schemes, and public realm enhancements. Earthworks, surfacing, drainage, kerbing, lighting, and signage. Stakeholder engagement and statutory undertaker coordination. Design and build (where applicable). Full scope will be provided in the tender documents. Lot 2: Structures and Geotechnical Projects (PS0.25m - PS10m) Scope: Bridge construction and refurbishment. Retaining walls, culverts, tunnels, and geotechnical stabilisation. Drainage schemes. Structural strengthening, waterproofing, parapet upgrades. Piling, soil nailing, slope stabilisation. Full scope will be provided in the tender documents.

Lot Information

Highways Projects

* New road construction and major junction upgrades. * Carriageway widening, integrated transport schemes, and public realm enhancements. * Earthworks, surfacing, drainage, kerbing, lighting, and signage. * Stakeholder engagement and statutory undertaker coordination. * Design and build (where applicable). * Full scope will be provided in the Call-off documentation. Anticipated to be PS10m per annum.

Structures and Geotechnical Projects

* Bridge construction and refurbishment. * Retaining walls, culverts, tunnels, and geotechnical stabilisation. * Drainage schemes * Structural strengthening, waterproofing, parapet upgrades. * Piling, soil nailing, slope stabilisation. * Full scope will be provided in the Call-off documentation. Estimated value PS5m per annum.

Planning Information

We are keen to seek feedback from the market on our proposed methods of procurement. We have selected some questions that we hope can improve the tender process for all parties. A response isn't mandatory, but we would appreciate any input you can provide. The question list is not exhaustive so please provide any other comments you feel would be beneficial. We would like to receive your feedback by 5pm on Tuesday 5th August 2025. 1) We are planning to use the NEC 4 Framework Contract to operate the framework. Our default position for each call-off under the framework will be managed using the NEC 4 Engineering and Construction Contract (Fourth Edition 2017 with amendments October 2020) incorporating Main Option A, Dispute Resolution Option W2 and Secondary Options X2, X4, X7, X16, X18, X20 and Y(UK)2 contract form. We may use additional Options depending on the requirements of the call off. Is that what you would expect and is there anything that we should be aware of regarding this approach? 2) Are there any Optional clauses that you feel should / should not be included? 3) Are there any Z clauses that you feel should be included? 4) Are there any Z clauses that would affect your willingness to bid? 5) We are planning to use a 70:30 Quality to Price weighting when awarding a place on the framework and a 30:70 Quality to Price weighting when awarding call-offs. (15 marks of the Quality weighting will be reserved for Social Value). Do you have any comments on these weightings? 6) What would be a reasonable way to carry out a fair competition with the Price element when i) awarding a place on the framework and ii) awarding call-offs? Do you have any comments on Price per quality point scoring? 7) We are proposing to have a framework duration of 4 years. We are not planning on using the new Open Framework option PA23 which could extend the duration beyond 4 years. Is that what you would expect and is there anything that we should be aware of regarding this approach? 8) We are looking to establish 2 Lots: Lot 1 for Highways Schemes between £500k - £10m, Lot 2 for Structures and Geotechnical Schemes between £250k - £10m. Which of the 2 lots is your organisation interested in? Do you have any comments on the Lots, are the values at a reasonable level? 9) We will be using KPIs & performance measurements at both Framework level and at Call-off. What KPIs would you want to see included? Examples of what works would be appreciated. 10) We are looking to assess Social Value at Framework level and at Call-off, through the Social Value Portal. When would be the most effective way to assess Social Value? 11) Are there any recent and relevant framework tenders from other Public Sector clients (preferably Local Authorities) that we should take inspiration from? 12) Any common issues/mistakes with tendering for this type of framework that we should avoid? 13) If you submitted a tender for any of GCC's previous Major Projects tenders, are you able to share your feedback on the process? 14) Budgets for each contractual year are becoming more difficult to predict and as with most local authorities we are not able to guarantee annual budgets. This may also reduce in future years especially subject to future government constraints. Do you have any comments on this? 15) Please provide any other information that you feel would be relevant at this point. Please submit your responses via Procontract using the link below: https://procontract.due-north.com/Advert?advertId=eb797fd3-7d61-f011-813a-005056b64545&p=696a9836-1895-e511-8105-000c29c9ba21

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055fc2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/078162-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£60,000,000 £10M-£100M
Lots Value
£60,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Nov 20256 days ago
Submission Deadline
12 Jan 20262 months to go
Future Notice Date
5 Aug 2025Expired
Award Date
Not specified
Contract Period
11 Feb 2026 - 10 Feb 2030 4-5 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
GLOUCESTERSHIRE COUNTY COUNCIL
Contact Name
Not specified
Contact Email
cdpactivitylog@gloucestershire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
GLOUCESTER
Postcode
GL1 2TG
Post Town
Gloucester
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK73 Gloucestershire CC
Delivery Location
TLK13 Gloucestershire CC

Local Authority
Gloucester
Electoral Ward
Westgate
Westminster Constituency
Gloucester

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-055fc2-2025-11-28T14:48:43Z",
    "date": "2025-11-28T14:48:43Z",
    "ocid": "ocds-h6vhtk-055fc2",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PZHT-7473-ZVPN",
            "name": "Gloucestershire County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZHT-7473-ZVPN"
            },
            "address": {
                "streetAddress": "Shire Hall, Westgate Street",
                "locality": "Gloucester",
                "postalCode": "GL1 2TG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK13"
            },
            "contactPoint": {
                "email": "cdpactivitylog@gloucestershire.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PZHT-7473-ZVPN",
        "name": "Gloucestershire County Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "We are keen to seek feedback from the market on our proposed methods of procurement. We have selected some questions that we hope can improve the tender process for all parties. A response isn't mandatory, but we would appreciate any input you can provide. The question list is not exhaustive so please provide any other comments you feel would be beneficial. We would like to receive your feedback by 5pm on Tuesday 5th August 2025. 1) We are planning to use the NEC 4 Framework Contract to operate the framework. Our default position for each call-off under the framework will be managed using the NEC 4 Engineering and Construction Contract (Fourth Edition 2017 with amendments October 2020) incorporating Main Option A, Dispute Resolution Option W2 and Secondary Options X2, X4, X7, X16, X18, X20 and Y(UK)2 contract form. We may use additional Options depending on the requirements of the call off. Is that what you would expect and is there anything that we should be aware of regarding this approach? 2) Are there any Optional clauses that you feel should / should not be included? 3) Are there any Z clauses that you feel should be included? 4) Are there any Z clauses that would affect your willingness to bid? 5) We are planning to use a 70:30 Quality to Price weighting when awarding a place on the framework and a 30:70 Quality to Price weighting when awarding call-offs. (15 marks of the Quality weighting will be reserved for Social Value). Do you have any comments on these weightings? 6) What would be a reasonable way to carry out a fair competition with the Price element when i) awarding a place on the framework and ii) awarding call-offs? Do you have any comments on Price per quality point scoring? 7) We are proposing to have a framework duration of 4 years. We are not planning on using the new Open Framework option PA23 which could extend the duration beyond 4 years. Is that what you would expect and is there anything that we should be aware of regarding this approach? 8) We are looking to establish 2 Lots: Lot 1 for Highways Schemes between PS500k - PS10m, Lot 2 for Structures and Geotechnical Schemes between PS250k - PS10m. Which of the 2 lots is your organisation interested in? Do you have any comments on the Lots, are the values at a reasonable level? 9) We will be using KPIs & performance measurements at both Framework level and at Call-off. What KPIs would you want to see included? Examples of what works would be appreciated. 10) We are looking to assess Social Value at Framework level and at Call-off, through the Social Value Portal. When would be the most effective way to assess Social Value? 11) Are there any recent and relevant framework tenders from other Public Sector clients (preferably Local Authorities) that we should take inspiration from? 12) Any common issues/mistakes with tendering for this type of framework that we should avoid? 13) If you submitted a tender for any of GCC's previous Major Projects tenders, are you able to share your feedback on the process? 14) Budgets for each contractual year are becoming more difficult to predict and as with most local authorities we are not able to guarantee annual budgets. This may also reduce in future years especially subject to future government constraints. Do you have any comments on this? 15) Please provide any other information that you feel would be relevant at this point. Please submit your responses via Procontract using the link below: https://procontract.due-north.com/Advert?advertId=eb797fd3-7d61-f011-813a-005056b64545&p=696a9836-1895-e511-8105-000c29c9ba21",
                "dueDate": "2025-08-05T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "040137-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/040137-2025",
                "datePublished": "2025-07-15T16:00:17+01:00",
                "format": "text/html"
            },
            {
                "id": "040148-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/040148-2025",
                "datePublished": "2025-07-15T16:05:15+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "DN781804",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "GCC Highways Major Projects Construction Framework",
        "description": "The Council is undertaking a competitive procurement process for a four-year multi-supplier Framework Agreement for the supply of highway construction works required by the council in relation to Highways Major Projects. The framework agreement shall comprise two lots: one for Highways Projects and the other for Structures and Geotechnical Projects . Tenderers will be selected based on quality, financial and social value criteria. The procurement of the framework is intended to replace a series of open tenders for construction works. This Framework is established to support the delivery of highways infrastructure projects across the Local Authority's network. It provides a compliant, efficient, and flexible route to market, enabling access to pre-qualified suppliers for works ranging from PS0.5m to PS10m for Lot 1, and PS0.25m to PS10m for Lot 2. The Authority Major Projects webpages can be found here which give more information about the types of projects delivered: https://www.gloucestershire.gov.uk/major-projects-list/ The Framework is governed by the NEC4 Framework Contract (2017 with February 2023 amendments), with individual projects delivered under the NEC4 Engineering and Construction Contract (ECC 2017 with February 2023 amendments). It is structured to support both mini-competitions and direct awards, in line with the Procurement Act 2023 and the principles of The Construction Playbook. Lot 1: Highways Projects (PS0.5m - PS10m) Scope: New road construction and major junction upgrades. Carriageway widening, integrated transport schemes, and public realm enhancements. Earthworks, surfacing, drainage, kerbing, lighting, and signage. Stakeholder engagement and statutory undertaker coordination. Design and build (where applicable). Full scope will be provided in the tender documents. Lot 2: Structures and Geotechnical Projects (PS0.25m - PS10m) Scope: Bridge construction and refurbishment. Retaining walls, culverts, tunnels, and geotechnical stabilisation. Drainage schemes. Structural strengthening, waterproofing, parapet upgrades. Piling, soil nailing, slope stabilisation. Full scope will be provided in the tender documents.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK13",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK13",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK13",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK13",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 72000000,
            "amount": 60000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "Mini-Competition will be the default process for awarding work under the framework. Where the Call-Off value exceeds the Works Procurement Threshold, currently PS5,372,609, a mini-competition must be carried out. The Mini-Competition will be assessed on the basis of the evaluation criteria set out in the Call-off ITT and all Framework Contractors that take part in the Mini-Competition will be informed of the outcome of that evaluation. The evaluation criteria will be Price, Quality, Social Value (minimum 15%)"
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-11T00:00:00Z",
                    "endDate": "2030-02-10T23:59:59Z"
                },
                "status": "active",
                "title": "Highways Projects",
                "description": "* New road construction and major junction upgrades. * Carriageway widening, integrated transport schemes, and public realm enhancements. * Earthworks, surfacing, drainage, kerbing, lighting, and signage. * Stakeholder engagement and statutory undertaker coordination. * Design and build (where applicable). * Full scope will be provided in the Call-off documentation. Anticipated to be PS10m per annum.",
                "value": {
                    "amountGross": 48000000,
                    "amount": 40000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Structures and Geotechnical Projects",
                "description": "* Bridge construction and refurbishment. * Retaining walls, culverts, tunnels, and geotechnical stabilisation. * Drainage schemes * Structural strengthening, waterproofing, parapet upgrades. * Piling, soil nailing, slope stabilisation. * Full scope will be provided in the Call-off documentation. Estimated value PS5m per annum.",
                "status": "active",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-11T00:00:00Z",
                    "endDate": "2030-02-10T23:59:59Z"
                }
            }
        ],
        "status": "active",
        "amendments": [
            {
                "id": "040148-2025",
                "description": "Procontract link for submissions amended"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=9f653f10-62cc-f011-813a-005056b64545&p=696a9836-1895-e511-8105-000c29c9ba21",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-12T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-01-30T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://procontract.due-north.com/Advert?advertId=9f653f10-62cc-f011-813a-005056b64545&p=696a9836-1895-e511-8105-000c29c9ba21"
            },
            {
                "id": "078162-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/078162-2025",
                "datePublished": "2025-11-28T14:48:43Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}