Planning

KW Toll plaza Feasibility Study / Scope

MERSEYTRAVEL

This public procurement record has 1 release in its history.

Planning

01 May 2026 at 12:55

Summary of the contracting process

Merseytravel, a public authority within the sub-central government sector in the United Kingdom, is in the planning stage of a procurement process for a "KW Toll Plaza Feasibility Study/Scope." This process involves an open procedure aimed at hiring specialist consultancy services to carry out a detailed feasibility study for a proposed toll plaza. Located in the Liverpool region, UKD72, the project focuses on examining the technical, economic, and operational viability of constructing a tolling facility. The planned contract period spans from 1 April 2027 to 1 April 2028, with the procurement notice published on 1 May 2026. By employing an open procedure, Merseytravel intends to ensure broad participation, maintaining transparency throughout the process.

This tender presents significant opportunities for businesses specialising in transport infrastructure and tolling systems, particularly those experienced in multidisciplinary analyses. Small and medium-sized enterprises (SMEs) with expertise in road construction, economic analysis, and environmental assessments will find this opportunity advantageous. The successful supplier will conduct comprehensive studies that support decision-making related to future project development, providing strategic recommendations integral to the potential construction of the toll plaza. Involvement in such a high-value project, with a gross budget of £2,000,000, can significantly promote business growth and enhance industry reputation.

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

Notice Title

KW Toll plaza Feasibility Study / Scope

Notice Description

The contracting authority intends to procure specialist consultancy services to undertake a comprehensive feasibility study for the proposed KW Toll Plaza. The study will assess the technical, economic, environmental, and operational viability of implementing a tolling facility at the identified location(s). The appointed supplier will be responsible for delivering a robust evidence-based assessment to inform strategic decision-making and potential subsequent project development. The scope of services is expected to include, but not be limited to: Traffic and Demand Analysis: tqyym current and projected traffic volumes, origin-destination patterns, and revenue potential under different tolling scenarios. Site and Infrastructure Assessment: Review of proposed locations, land requirements, geometric design considerations, and integration with existing road networks. Tolling Strategy and Technology Options: Evaluation of toll collection systems (e.g., barrier-based, free-flow, ANPR), interoperability, and future scalability. Economic and Financial Appraisal: Cost estimation, revenue forecasting, affordability analysis, and value-for-money assessment in line with HM Treasury Green Book principles. Environmental and Social Impact Considerations: High-level assessment of environmental constraints, carbon impacts, and potential social implications. Regulatory and Legal Review: Identification of relevant legislative requirements, policy constraints, and necessary approvals. Risk Assessment: Identification and evaluation of key project risks, including technical, financial, and stakeholder-related risks. Delivery and Phasing Strategy: Outline of potential implementation approaches, procurement options, and indicative timelines. The feasibility study will culminate in a detailed report, including recommendations on the preferred option(s), delivery strategy, and next steps. This procurement aims to appoint a supplier with demonstrable experience in transport infrastructure feasibility studies, tolling systems, and multidisciplinary analysis. The outputs will support the contracting authority in determining whether to proceed to subsequent design, procurement, and delivery stages.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06905a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/040543-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK1 - Pipeline Notice
Procurement Type
Standard
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

45233120 - Road construction works

45233125 - Road junction construction work

Notice Value(s)

Tender Value
£1,600,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 May 20262 days ago
Submission Deadline
Not specified
Future Notice Date
1 Jul 20262 months to go
Award Date
Not specified
Contract Period
31 Mar 2027 - 1 Apr 2028 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MERSEYTRAVEL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L3 1BP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
TLD72 Liverpool

Local Authority
Liverpool
Electoral Ward
Waterfront South
Westminster Constituency
Liverpool Riverside

Further Information

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-06905a-2026-05-01T13:55:54+01:00",
    "date": "2026-05-01T13:55:54+01:00",
    "ocid": "ocds-h6vhtk-06905a",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "040543-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/040543-2026",
                "datePublished": "2026-05-01T13:55:54+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PJQR-8469-DXQD",
            "name": "Merseytravel",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJQR-8469-DXQD"
            },
            "address": {
                "streetAddress": "1 Mann Island",
                "locality": "Liverpool",
                "postalCode": "L3 1BP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD72"
            },
            "contactPoint": {
                "email": "Procurement@liverpoolcityregion-ca.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.merseytravel.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJQR-8469-DXQD",
        "name": "Merseytravel"
    },
    "tender": {
        "id": "ocds-h6vhtk-06905a",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "KW Toll plaza Feasibility Study / Scope",
        "description": "The contracting authority intends to procure specialist consultancy services to undertake a comprehensive feasibility study for the proposed KW Toll Plaza. The study will assess the technical, economic, environmental, and operational viability of implementing a tolling facility at the identified location(s). The appointed supplier will be responsible for delivering a robust evidence-based assessment to inform strategic decision-making and potential subsequent project development. The scope of services is expected to include, but not be limited to: Traffic and Demand Analysis: tqyym current and projected traffic volumes, origin-destination patterns, and revenue potential under different tolling scenarios. Site and Infrastructure Assessment: Review of proposed locations, land requirements, geometric design considerations, and integration with existing road networks. Tolling Strategy and Technology Options: Evaluation of toll collection systems (e.g., barrier-based, free-flow, ANPR), interoperability, and future scalability. Economic and Financial Appraisal: Cost estimation, revenue forecasting, affordability analysis, and value-for-money assessment in line with HM Treasury Green Book principles. Environmental and Social Impact Considerations: High-level assessment of environmental constraints, carbon impacts, and potential social implications. Regulatory and Legal Review: Identification of relevant legislative requirements, policy constraints, and necessary approvals. Risk Assessment: Identification and evaluation of key project risks, including technical, financial, and stakeholder-related risks. Delivery and Phasing Strategy: Outline of potential implementation approaches, procurement options, and indicative timelines. The feasibility study will culminate in a detailed report, including recommendations on the preferred option(s), delivery strategy, and next steps. This procurement aims to appoint a supplier with demonstrable experience in transport infrastructure feasibility studies, tolling systems, and multidisciplinary analysis. The outputs will support the contracting authority in determining whether to proceed to subsequent design, procurement, and delivery stages.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233125",
                        "description": "Road junction construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD72",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 2000000,
            "amount": 1600000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2028-04-01T23:59:59+01:00"
                },
                "status": "planned"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-07-01T23:59:59+01:00"
        },
        "status": "planned"
    },
    "language": "en"
}