Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
National Highways
Woodlands, Manton Lane
Bedford
MK41 7LW
UK
Telephone: +44 12345678
E-mail: legacyconcreteroads@nationalhighways.co.uk
NUTS: UK
Internet address(es)
Main address: https://nationalhighways.co.uk/
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 have awarded 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 is six years in duration to ensure alignment to and coverage of the RIS3 funding period (2026-31) but also to overlap with the beginning of RIS4 (2031-36) 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.
Works will be allocated as per the Framework Information document.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
968 000 000.00
GBP
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 have awarded 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 is six years in duration to ensure alignment to and coverage of the RIS3 funding period (2026-31) but also to overlap with the beginning of RIS4 (2031-36) 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.
Works will be allocated as per the Framework Information document.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 50%
Quality criterion: Social Value
/ Weighting: 10%
Price
/ Weighting:
40%
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 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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-002291
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/02/2026
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Kier Transportation Limited
2nd Floor, Optimum House, Clippers Quay
Salford
M50 3XP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 968 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/02/2026
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
John Graham Construction Ltd
5 Ballygowan Road
Hillsborough
BT26 6HX
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 968 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/02/2026
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
John Sisk and Son Ltd
1 Curo Park, Frogmore
St Albans
AL2 2DD
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 968 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
National Highways
Woodlands, Manton Lane
Bedford
MK41 7LW
UK
Telephone: +44 12345678
E-mail: legacyconcreteroads@nationalhighways.co.uk
Internet address(es)
URL: https://nationalhighways.co.uk/
VI.5) Date of dispatch of this notice
03/03/2026