Notice Information
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
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NY HIGHWAYS LIMITED
- Additional Buyers
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/000892-2026
7th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/083473-2025
16th December 2025 - Preliminary market engagement 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-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"
}