Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Legacy Concrete Roads Reconstruction Framework

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04d58e
Published by:
National Highways
Authority ID:
AA81279
Publication date:
26 February 2025
Deadline date:
05 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

National Highways are proposing to put in place a national framework, the Legacy Concrete Roads Reconstruction (LCRR) framework, that allows the delivery of concrete roads reconstruction schemes.

The framework scope for the LCRR framework includes:

• design and subsequent construction services for:

- demolition of existing concrete pavements,

- reconstruction of pavements (including new pavement furniture and markings)

• design and delivery of associated temporary traffic management solutions,

• when instructed:

- involvement in optioneering,

- design and construction of alterations to those legacy assets which interface with the replacement pavements’ designs, which may include sub-surface drainage, street furniture and its foundations and signage,

- design and construction to replace legacy central reserve with a hardened solution and overlay legacy concrete pavement with a long-life pavement solution (including new pavement furniture and markings),

• performing principal designer and principal contractor duties as defined under the “Construction (Design and Management) Regulations 2015” (“CDM Regulations 2015”)

• carbon capture recording and reporting,

• recovery, recycling and reuse of arisings during the delivery of a scheme,

• engagement with all identified stakeholders, and

• identification, recording and realisation of programme efficiencies.

The LCRR framework will be six years in duration to ensure alignment to and coverage of the RIS3 funding period (2025-30) but also to overlap with the beginning of RIS4 (2030-35) in case of any delays in approvals of the strategy or funding for RIS4.

This alignment of duration with our funding periods is required from a procurement, commercial and operational perspective because it provides greater efficiency and certainty that the strategic plan for which funding is received can be delivered consistently; clarity for future procurements and sufficient time to embed learning, best practice and investment in innovations.

From a National Highways perspective, the proposed framework term allows for the RIS4 settlement to be finalised and agreed prior to the LCRR frameworks successor being procured. This will bring certainty of work and value to the future procurement.

The procurement documents can be accessed via https://nationalhighways.ukp.app.jaggaer.com/esop/ogc-host/public/nationalhighways/web/login.jst?_ncp=1668156695442.1319654-1, under Invitation To Tender 878 (ITT_878).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

National Highways

Woodlands, Manton Lane

Bedford

MK41 7LW

UK

E-mail: legacyconcreteroads@nationalhighways.co.uk

NUTS: UK

Internet address(es)

Main address: https://nationalhighways.co.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://nationalhighways.ukp.app.jaggaer.com/esop/ogc-host/public/nationalhighways/web/login.jst?_ncp=1668156695442.1319654-1


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://nationalhighways.ukp.app.jaggaer.com/esop/ogc-host/public/nationalhighways/web/login.jst?_ncp=1668156695442.1319654-1


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Legacy Concrete Roads Reconstruction Framework

II.1.2) Main CPV code

45233000

 

II.1.3) Type of contract

Works

II.1.4) Short description

National Highways are proposing to put in place a national framework, the Legacy Concrete Roads Reconstruction (LCRR) framework, that allows the delivery of concrete roads reconstruction schemes.

The framework scope for the LCRR framework includes:

• design and subsequent construction services for:

- demolition of existing concrete pavements,

- reconstruction of pavements (including new pavement furniture and markings)

• design and delivery of associated temporary traffic management solutions,

• when instructed:

- involvement in optioneering,

- design and construction of alterations to those legacy assets which interface with the replacement pavements’ designs, which may include sub-surface drainage, street furniture and its foundations and signage,

- design and construction to replace legacy central reserve with a hardened solution and overlay legacy concrete pavement with a long-life pavement solution (including new pavement furniture and markings),

• performing principal designer and principal contractor duties as defined under the “Construction (Design and Management) Regulations 2015” (“CDM Regulations 2015”)

• carbon capture recording and reporting,

• recovery, recycling and reuse of arisings during the delivery of a scheme,

• engagement with all identified stakeholders, and

• identification, recording and realisation of programme efficiencies.

The LCRR framework will be six years in duration to ensure alignment to and coverage of the RIS3 funding period (2025-30) but also to overlap with the beginning of RIS4 (2030-35) in case of any delays in approvals of the strategy or funding for RIS4.

This alignment of duration with our funding periods is required from a procurement, commercial and operational perspective because it provides greater efficiency and certainty that the strategic plan for which funding is received can be delivered consistently; clarity for future procurements and sufficient time to embed learning, best practice and investment in innovations.

From a National Highways perspective, the proposed framework term allows for the RIS4 settlement to be finalised and agreed prior to the LCRR frameworks successor being procured. This will bring certainty of work and value to the future procurement.

The procurement documents can be accessed via https://nationalhighways.ukp.app.jaggaer.com/esop/ogc-host/public/nationalhighways/web/login.jst?_ncp=1668156695442.1319654-1, under Invitation To Tender 878 (ITT_878).

II.1.5) Estimated total value

Value excluding VAT: 968 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45233100

45233110

45233120

45233121

45233122

45233124

45233125

45233126

45233128

45233130

45233131

45233139

45233140

45233141

45233142

45233144

45233210

45233220

45233221

45233222

45233223

45233224

45233225

45233226

45233227

45233228

45233251

45233280

45233290

45233292

45233294

45233300

45233310

71320000

79415200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

National Highways are proposing to put in place a national framework, the Legacy Concrete Roads Reconstruction (LCRR) framework, that allows the delivery of concrete roads reconstruction schemes.

The framework scope for the LCRR framework includes:

• design and subsequent construction services for:

- demolition of existing concrete pavements,

- reconstruction of pavements (including new pavement furniture and markings)

• design and delivery of associated temporary traffic management solutions,

• when instructed:

- involvement in optioneering,

- design and construction of alterations to those legacy assets which interface with the replacement pavements’ designs, which may include sub-surface drainage, street furniture and its foundations and signage,

- design and construction to replace legacy central reserve with a hardened solution and overlay legacy concrete pavement with a long-life pavement solution (including new pavement furniture and markings),

• performing principal designer and principal contractor duties as defined under the “Construction (Design and Management) Regulations 2015” (“CDM Regulations 2015”)

• carbon capture recording and reporting,

• recovery, recycling and reuse of arisings during the delivery of a scheme,

• engagement with all identified stakeholders, and

• identification, recording and realisation of programme efficiencies.

The LCRR framework will be six years in duration to ensure alignment to and coverage of the RIS3 funding period (2025-30) but also to overlap with the beginning of RIS4 (2030-35) in case of any delays in approvals of the strategy or funding for RIS4.

This alignment of duration with our funding periods is required from a procurement, commercial and operational perspective because it provides greater efficiency and certainty that the strategic plan for which funding is received can be delivered consistently; clarity for future procurements and sufficient time to embed learning, best practice and investment in innovations.

From a National Highways perspective, the proposed framework term allows for the RIS4 settlement to be finalised and agreed prior to the LCRR frameworks successor being procured. This will bring certainty of work and value to the future procurement.

The procurement documents can be accessed via https://nationalhighways.ukp.app.jaggaer.com/esop/ogc-host/public/nationalhighways/web/login.jst?_ncp=1668156695442.1319654-1, under Invitation To Tender 878 (ITT_878).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As stated in the procurement documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 3

Justification for any framework agreement duration exceeding 4 years: Please see the description of the framework for the justification.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 05/03/2025

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 05/03/2025

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

National Highways

Woodlands, Manton Lane

Bedford

MK41 7LW

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

National Highways will incorporate a minimum 10 day standstill period at the point information on award of the contract is communicated to tenderers. Appeals should be lodged in accordance with the Public Contracts Regulations 2015 (SI 2015/102) as amended.

VI.5) Date of dispatch of this notice

22/01/2025

Coding

Commodity categories

ID Title Parent category
45233226 Access road construction work Construction, foundation and surface works for highways, roads
45233223 Carriageway resurfacing works Construction, foundation and surface works for highways, roads
45233131 Construction work for elevated highways Construction, foundation and surface works for highways, roads
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
79415200 Design consultancy services Production management consultancy services
45233224 Dual carriageway construction work Construction, foundation and surface works for highways, roads
71320000 Engineering design services Engineering services
45233280 Erection of road-barriers Construction, foundation and surface works for highways, roads
45233310 Foundation work for highways Construction, foundation and surface works for highways, roads
45233300 Foundation work for highways, roads, streets and footpaths Construction, foundation and surface works for highways, roads
45233126 Grade-separated junction construction work Construction, foundation and surface works for highways, roads
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
45233294 Installation of road signals Construction, foundation and surface works for highways, roads
45233290 Installation of road signs Construction, foundation and surface works for highways, roads
45233292 Installation of safety equipment Construction, foundation and surface works for highways, roads
45233121 Main road construction works Construction, foundation and surface works for highways, roads
45233110 Motorway construction works Construction, foundation and surface works for highways, roads
45233144 Overpass construction work Construction, foundation and surface works for highways, roads
45233222 Paving and asphalting works Construction, foundation and surface works for highways, roads
45233251 Resurfacing works Construction, foundation and surface works for highways, roads
45233122 Ring road construction work Construction, foundation and surface works for highways, roads
45233120 Road construction works Construction, foundation and surface works for highways, roads
45233125 Road junction construction work Construction, foundation and surface works for highways, roads
45233141 Road-maintenance works Construction, foundation and surface works for highways, roads
45233142 Road-repair works Construction, foundation and surface works for highways, roads
45233221 Road-surface painting work Construction, foundation and surface works for highways, roads
45233140 Roadworks Construction, foundation and surface works for highways, roads
45233128 Roundabout construction work Construction, foundation and surface works for highways, roads
45233225 Single carriageway construction work Construction, foundation and surface works for highways, roads
45233227 Slip road construction work Construction, foundation and surface works for highways, roads
45233228 Surface coating construction work Construction, foundation and surface works for highways, roads
45233210 Surface work for highways Construction, foundation and surface works for highways, roads
45233220 Surface work for roads Construction, foundation and surface works for highways, roads
45233124 Trunk road construction work Construction, foundation and surface works for highways, roads

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
legacyconcreteroads@nationalhighways.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.