Tender

Civil Engineering Contractors Framework (CECF) 2026-2030

NY HIGHWAYS LIMITED

This public procurement record has 2 releases in its history.

Tender

07 Jan 2026 at 09:07

Planning

16 Dec 2025 at 15:22

Summary of the contracting process

NY Highways Limited, in conjunction with The North Yorkshire Council, is leading a procurement process for a "Civil Engineering Contractors Framework (CECF) 2026-2030." This tender aims to secure a framework contract for civil engineering works, with a focus on bridges and the highway network within the United Kingdom, particularly in the North Yorkshire region. The procurement is currently in the tender stage with a submission deadline set for 13th February 2026. The total contract value is estimated up to £30 million, divided into two lots: Lot 1 for projects up to £100,000 and Lot 2 for projects exceeding £100,000. The framework will commence on 1st April 2026 and conclude on 31st March 2030.

This tender presents substantial opportunities for businesses in the civil engineering sector, particularly those experienced with infrastructure projects like roadworks and bridge repairs. Given the open procedure procurement method, this tender is accessible to a wide range of firms, including small and medium-sized enterprises (SMEs), on the condition that they meet the financial and technical selection criteria. This framework not only promises steady work over four years but also the possibility to establish long-term relationships with multiple local authorities, including NY Highways and The North Yorkshire Council. SMEs with proven expertise in civil work activities, such as resurfacing, drainage, or structural repairs, are particularly well-suited to compete for these opportunities, especially as the framework includes projects managed both with and without the need for reopening competition.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Civil Engineering Contractors Framework (CECF) 2026-2030

Notice Description

NY Highways Limited (NYH) wishes to appoint a Framework Contract. The Framework will be used to select suitable Suppliers to carry out civil engineering works on behalf of NYH and others. The works awarded under this Framework Contract will predominantly take place on bridges and highway network. On occasion, there may be a requirement for other types of civil engineering works including works under Highways Act Section 38 and Section 278 and works off the public highway. Potential works may include, but are not limited to, resurfacing, reconstruction, slurry sealing, drainage works, kerbing, repairs to bridges, retaining walls and culverts, and any other related activity. 2 Lots Lot 1: PS0-PS100k Lot 2: PS100k+

Lot Information

Lot 1: PS0 - PS100k

Civils Up to PS100k It is anticipated that the number of Suppliers per lot is as follows: * Lot 1: Unlimited with a minimum quality threshold of 34% NY Highways Limited (NYH) wishes to appoint a Framework Contract from the 01 April 2026 and 31 March 2030. The works awarded under this Framework Contract will predominantly take place on bridges and highway network. On occasion, there may be a requirement for other types of civil engineering works including works under Highways Act Section 38 and Section 278 and works off the public highway. Potential works may include, but are not limited to, resurfacing, reconstruction, slurry sealing, drainage works, kerbing, repairs to bridges, retaining walls and culverts, and any other related activity.

Lot 2: PS100k +

Civils PS100k + It is anticipated that the number of Suppliers per lot is as follows: * Lot 2: up to 10 suppliers NY Highways Limited (NYH) wishes to appoint a Framework Contract from the 01 April 2026 and 31 March 2030. The works awarded under this Framework Contract will predominantly take place on bridges and highway network. On occasion, there may be a requirement for other types of civil engineering works including works under Highways Act Section 38 and Section 278 and works off the public highway. Potential works may include, but are not limited to, resurfacing, reconstruction, slurry sealing, drainage works, kerbing, repairs to bridges, retaining walls and culverts, and any other related activity.

Planning Information

A Request for Information (RFI) was issued to commonly used Contractors to get feedback on the lotting proposal, Insurance Levels, Social Value, Key Performance Indicators, Procurement Timeline and ISO9001 Requirements. The key outputs from the preliminary market engagement were: finalisation of Tender timescales, input into the development of the KPIs and confirmation of lotting, insurance levels and confirmation of ISO9001 requirements

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f6f6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000892-2026
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

45200000 - Works for complete or part construction and civil engineering work

Notice Value(s)

Tender Value
£25,000,000 £10M-£100M
Lots Value
£25,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Jan 20261 months ago
Submission Deadline
13 Feb 2026Expired
Future Notice Date
5 Jan 2026Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NY HIGHWAYS LIMITED
Additional Buyers

THE NORTH YORKSHIRE COUNCIL

Contact Name
Not specified
Contact Email
nyhcommercial@nyhighways.co.uk, procurement@northyorks.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
NORTHALLERTON
Postcode
DL7 8AD
Post Town
Darlington
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE2 North Yorkshire
Small Region (ITL 3)
TLE22 North Yorkshire
Delivery Location
TLE Yorkshire and The Humber, TLE2 North Yorkshire

Local Authority
North Yorkshire
Electoral Ward
Romanby
Westminster Constituency
Richmond and Northallerton

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-05f6f6-2026-01-07T09:07:24Z",
    "date": "2026-01-07T09:07:24Z",
    "ocid": "ocds-h6vhtk-05f6f6",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-12220433",
            "name": "NY HIGHWAYS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "12220433"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PLHP-4415-QGPR"
                }
            ],
            "address": {
                "streetAddress": "County Hall",
                "locality": "Northallerton",
                "postalCode": "DL7 8AD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE22"
            },
            "contactPoint": {
                "email": "NYHCommercial@nyhighways.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://nyhighways.co.uk/",
                "classifications": [
                    {
                        "id": "publicUndertaking",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public undertaking"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PNXY-8263-XCNL",
            "name": "The North Yorkshire Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNXY-8263-XCNL"
            },
            "address": {
                "streetAddress": "County Hall, Racecourse Lane",
                "locality": "Northallerton",
                "postalCode": "DL7 8AD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE22"
            },
            "contactPoint": {
                "email": "procurement@northyorks.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Procurement",
            "details": {
                "url": "https://www.northyorks.gov.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-12220433",
        "name": "NY HIGHWAYS LIMITED"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "A Request for Information (RFI) was issued to commonly used Contractors to get feedback on the lotting proposal, Insurance Levels, Social Value, Key Performance Indicators, Procurement Timeline and ISO9001 Requirements. The key outputs from the preliminary market engagement were: finalisation of Tender timescales, input into the development of the KPIs and confirmation of lotting, insurance levels and confirmation of ISO9001 requirements",
                "dateMet": "2025-06-01T00:00:00+01:00",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "083473-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/083473-2025",
                "datePublished": "2025-12-16T15:22:41Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "400-NYH-OO",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Civil Engineering Contractors Framework (CECF) 2026-2030",
        "description": "NY Highways Limited (NYH) wishes to appoint a Framework Contract. The Framework will be used to select suitable Suppliers to carry out civil engineering works on behalf of NYH and others. The works awarded under this Framework Contract will predominantly take place on bridges and highway network. On occasion, there may be a requirement for other types of civil engineering works including works under Highways Act Section 38 and Section 278 and works off the public highway. Potential works may include, but are not limited to, resurfacing, reconstruction, slurry sealing, drainage works, kerbing, repairs to bridges, retaining walls and culverts, and any other related activity. 2 Lots Lot 1: PS0-PS100k Lot 2: PS100k+",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "* NY Highways * City of York Council (www.york.gov.uk) * The North Yorkshire Council (www.northyorks.gov.uk/) * Any Contracting Authority created as a wholly owned subsidiary of the above Local Authorities",
                "description": "As listed within the following tender documents: * CECF2026 Volume 1 NEC4 Framework Contract * CECF2026 Volume 2 Framework Information * CECF2026 Volume 3 - CAS Selection & Award Questionnaire - Lot 1 and Lot 2 * CECF2026 Volume 4 Pricing Submission"
            }
        },
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2030-03-31T23:59:59+01:00"
                },
                "status": "active",
                "title": "Lot 1: PS0 - PS100k",
                "description": "Civils Up to PS100k It is anticipated that the number of Suppliers per lot is as follows: * Lot 1: Unlimited with a minimum quality threshold of 34% NY Highways Limited (NYH) wishes to appoint a Framework Contract from the 01 April 2026 and 31 March 2030. The works awarded under this Framework Contract will predominantly take place on bridges and highway network. On occasion, there may be a requirement for other types of civil engineering works including works under Highways Act Section 38 and Section 278 and works off the public highway. Potential works may include, but are not limited to, resurfacing, reconstruction, slurry sealing, drainage works, kerbing, repairs to bridges, retaining walls and culverts, and any other related activity.",
                "value": {
                    "amountGross": 30000000,
                    "amount": 25000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Framework Capped People Rates",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Framework Capped Percentages & Theoretical compensation event",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Lot 1: Risk Management 10% Public Engagement 20% Construction Phase Plan 20% Programme of Works 20% Lot 2: Risk Management 10% Public Engagement 10% Construction Phase Plan 10% Programme of Works 10% Phasing 20% Delivery 10%",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Financial Selection Criteria - Q17 Threshold This question will be used to assess the overall financial stability of your organisation. The threshold is met when confirmation is given that the applicable financial information will be provided if successfully awarded a contract and that this information demonstrates that the Contractor is financial stable. In assessing an organisation's financial stability, the Authorities will review the accounts and any relevant accompanying financial information submitted. They will calculate profit and working capital ratios and net worth and review turnover levels, observing trends over recent years. Financial references and internal credit checks will be undertaken to analyse your organisation's financial position and determine the level of risk it would represent to the Authority, having regard to the contract requirement and value, criticality and the nature of the market. The assessment of risk is based on sound business judgement rather than just a mechanistic application of financial formulae. If the Authority deems the financial position of the organisation to be acceptable, the threshold is passed. Depending on timescales, further financial checks may be carried out by the Authority between receipt of tenders and contract award which may impact on the contract award decision. Insurance Selection Criteria - Q18 to Q19 Threshold The threshold is met when the minimum cover noted for each insurance type is provided and the request information is provided. If your cover is less than the minimum indicated you will need to confirm that you would be willing and capable of increasing your level of cover accordingly if awarded the contract in order to pass the threshold."
                        },
                        {
                            "type": "technical",
                            "description": "Completion of all sections the CAS selection and award questionnaire"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                }
            },
            {
                "id": "2",
                "title": "Lot 2: PS100k +",
                "description": "Civils PS100k + It is anticipated that the number of Suppliers per lot is as follows: * Lot 2: up to 10 suppliers NY Highways Limited (NYH) wishes to appoint a Framework Contract from the 01 April 2026 and 31 March 2030. The works awarded under this Framework Contract will predominantly take place on bridges and highway network. On occasion, there may be a requirement for other types of civil engineering works including works under Highways Act Section 38 and Section 278 and works off the public highway. Potential works may include, but are not limited to, resurfacing, reconstruction, slurry sealing, drainage works, kerbing, repairs to bridges, retaining walls and culverts, and any other related activity.",
                "status": "active",
                "value": {
                    "amountGross": 30000000,
                    "amount": 25000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Framework Capped People Rates",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Framework Capped Percentages & Theoretical compensation event",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Lot 1: Risk Management 10% Public Engagement 20% Construction Phase Plan 20% Programme of Works 20% Lot 2: Risk Management 10% Public Engagement 10% Construction Phase Plan 10% Programme of Works 10% Phasing 20% Delivery 10%",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Financial Selection Criteria - Q17 Threshold This question will be used to assess the overall financial stability of your organisation. The threshold is met when confirmation is given that the applicable financial information will be provided if successfully awarded a contract and that this information demonstrates that the Contractor is financial stable. In assessing an organisation's financial stability, the Authorities will review the accounts and any relevant accompanying financial information submitted. They will calculate profit and working capital ratios and net worth and review turnover levels, observing trends over recent years. Financial references and internal credit checks will be undertaken to analyse your organisation's financial position and determine the level of risk it would represent to the Authority, having regard to the contract requirement and value, criticality and the nature of the market. The assessment of risk is based on sound business judgement rather than just a mechanistic application of financial formulae. If the Authority deems the financial position of the organisation to be acceptable, the threshold is passed. Depending on timescales, further financial checks may be carried out by the Authority between receipt of tenders and contract award which may impact on the contract award decision. Insurance Selection Criteria - Q18 to Q19 Threshold The threshold is met when the minimum cover noted for each insurance type is provided and the request information is provided. If your cover is less than the minimum indicated you will need to confirm that you would be willing and capable of increasing your level of cover accordingly if awarded the contract in order to pass the threshold."
                        },
                        {
                            "type": "technical",
                            "description": "Completion of all sections the CAS selection and award questionnaire"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2030-03-31T23:59:59+01:00"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-05T23:59:59Z"
        },
        "status": "active",
        "value": {
            "amountGross": 30000000,
            "amount": 25000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "YORtender 100106231 https://uk.eu-supply.com/ctm/Supplier/PublicPurchase/100986/0/0?returnUrl=ctm/Supplier/publictenders&b=YORTENDER",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-13T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-06T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-17T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "000892-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/000892-2026",
                "datePublished": "2026-01-07T09:07:24Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}