Lots
Divided into 64 lots
Main Contractor (National)
Lot number: 1 Description
This Lot 1 is for more complex Work Orders for which the Client requires a single prime supplier to both deliver (via self-delivery and sub-contracts) and manage schemes which could include any or all of the scope for other Lots (excluding the design Lots), including the option to deliver scheme(s) as design & build. The Lot covers the supply of products, materials, plant, equipment and people to carry out construction, removal activities and Framework Mobilisation.
The procurement procedure for this Lot will be Process 1.
CPV classifications
- 45000000 - Construction work
- 45111240 - Ground-drainage work
- 45200000 - Works for complete or part construction and civil engineering work
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 50000000 - Repair and maintenance services
- 71311000 - Civil engineering consultancy services
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 71320000 - Engineering design services
- 72224000 - Project management consultancy services
Delivery regions
- UKC - North East (England)
- UKD - North West (England)
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
Lot value (estimated)
1551203809 GBP Excluding VAT
1861444571 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
General Civils, Drainage & Concrete (North East)
Lot number: 2/NE Description
This Lot (2/NE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:
• highway drainage assets,
• pipes,
• ditches,
• swales,
• ponds,
• the control and disposal of contaminated material,
• associated technology works,
• earthworks,
• ducting,
• kerbing,
• footways,
• rigid pavement,
• retexturing of exposed concrete pavement,
• site clearance,
• brick, block and stonework,
• piling,
• temporary works required to ensure a safe method of working,
• demolition,
• structural steelworks,
• reinforced earth abutments,
• wingwalls,
• retaining walls,
• concrete,
• asbestos removal (planned),
• earthwork stabilisation,
• counterfort drains,
• soil nailing,
• grounder anchors,
• slope netting (rock and soil),
• rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and
• ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.
This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration).
This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design).
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· undertaking the lead contractor role as required by any Work Order,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
CPV classifications
- 45000000 - Construction work
- 45111240 - Ground-drainage work
- 45200000 - Works for complete or part construction and civil engineering work
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 50000000 - Repair and maintenance services
- 71311000 - Civil engineering consultancy services
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 71320000 - Engineering design services
- 72224000 - Project management consultancy services
Delivery regions
- UKC - North East (England)
Lot value (estimated)
98100000 GBP Excluding VAT
117720000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
General Civils, Drainage & Concrete (North West)
Lot number: 2/NW Description
This Lot (2/NW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:
• highway drainage assets,
• pipes,
• ditches,
• swales,
• ponds,
• the control and disposal of contaminated material,
• associated technology works,
• earthworks,
• ducting,
• kerbing,
• footways,
• rigid pavement,
• retexturing of exposed concrete pavement,
• site clearance,
• brick, block and stonework,
• piling,
• temporary works required to ensure a safe method of working,
• demolition,
• structural steelworks,
• reinforced earth abutments,
• wingwalls,
• retaining walls,
• concrete,
• asbestos removal (planned),
• earthwork stabilisation,
• counterfort drains,
• soil nailing,
• grounder anchors,
• slope netting (rock and soil),
• rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and
• ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.
This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration).
This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design).
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· undertaking the lead contractor role as required by any Work Order,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
CPV classifications
- 45000000 - Construction work
- 45111240 - Ground-drainage work
- 45200000 - Works for complete or part construction and civil engineering work
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 50000000 - Repair and maintenance services
- 71311000 - Civil engineering consultancy services
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 71320000 - Engineering design services
- 72224000 - Project management consultancy services
Delivery regions
- UKD - North West (England)
Lot value (estimated)
164257911 GBP Excluding VAT
197109493 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
General Civils, Drainage & Concrete (South East)
Lot number: 2/SE Description
This Lot (2/SE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:
• highway drainage assets,
• pipes,
• ditches,
• swales,
• ponds,
• the control and disposal of contaminated material,
• associated technology works,
• earthworks,
• ducting,
• kerbing,
• footways,
• rigid pavement,
• retexturing of exposed concrete pavement,
• site clearance,
• brick, block and stonework,
• piling,
• temporary works required to ensure a safe method of working,
• demolition,
• structural steelworks,
• reinforced earth abutments,
• wingwalls,
• retaining walls,
• concrete,
• asbestos removal (planned),
• earthwork stabilisation,
• counterfort drains,
• soil nailing,
• grounder anchors,
• slope netting (rock and soil),
• rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and
• ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.
This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration).
This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design).
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· undertaking the lead contractor role as required by any Work Order,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
CPV classifications
- 45000000 - Construction work
- 45111240 - Ground-drainage work
- 45200000 - Works for complete or part construction and civil engineering work
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 50000000 - Repair and maintenance services
- 71311000 - Civil engineering consultancy services
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 71320000 - Engineering design services
- 72224000 - Project management consultancy services
Delivery regions
- UKJ - South East (England)
Lot value (estimated)
255454445 GBP Excluding VAT
306545334 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
General Civils, Drainage & Concrete (South West)
Lot number: 2/SW Description
This Lot (2/SW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:
• highway drainage assets,
• pipes,
• ditches,
• swales,
• ponds,
• the control and disposal of contaminated material,
• associated technology works,
• earthworks,
• ducting,
• kerbing,
• footways,
• rigid pavement,
• retexturing of exposed concrete pavement,
• site clearance,
• brick, block and stonework,
• piling,
• temporary works required to ensure a safe method of working,
• demolition,
• structural steelworks,
• reinforced earth abutments,
• wingwalls,
• retaining walls,
• concrete,
• asbestos removal (planned),
• earthwork stabilisation,
• counterfort drains,
• soil nailing,
• grounder anchors,
• slope netting (rock and soil),
• rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and
• ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.
This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration).
This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design).
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· undertaking the lead contractor role as required by any Work Order,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
CPV classifications
- 45000000 - Construction work
- 45111240 - Ground-drainage work
- 45200000 - Works for complete or part construction and civil engineering work
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 50000000 - Repair and maintenance services
- 71311000 - Civil engineering consultancy services
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 71320000 - Engineering design services
- 72224000 - Project management consultancy services
Delivery regions
- UKK - South West (England)
Lot value (estimated)
358485819 GBP Excluding VAT
430182983 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
General Civils, Drainage & Concrete (Midlands)
Lot number: 2/M Description
This Lot (2/M) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:
• highway drainage assets,
• pipes,
• ditches,
• swales,
• ponds,
• the control and disposal of contaminated material,
• associated technology works,
• earthworks,
• ducting,
• kerbing,
• footways,
• rigid pavement,
• retexturing of exposed concrete pavement,
• site clearance,
• brick, block and stonework,
• piling,
• temporary works required to ensure a safe method of working,
• demolition,
• structural steelworks,
• reinforced earth abutments,
• wingwalls,
• retaining walls,
• concrete,
• asbestos removal (planned),
• earthwork stabilisation,
• counterfort drains,
• soil nailing,
• grounder anchors,
• slope netting (rock and soil),
• rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and
• ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.
This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration).
This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design).
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· undertaking the lead contractor role as required by any Work Order,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
CPV classifications
- 45000000 - Construction work
- 45111240 - Ground-drainage work
- 45200000 - Works for complete or part construction and civil engineering work
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 50000000 - Repair and maintenance services
- 71311000 - Civil engineering consultancy services
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 71320000 - Engineering design services
- 72224000 - Project management consultancy services
Delivery regions
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Lot value (estimated)
145250000 GBP Excluding VAT
174300000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
General Civils, Drainage & Concrete (East of England)
Lot number: 2/E Description
This Lot (2/E) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:
• highway drainage assets,
• pipes,
• ditches,
• swales,
• ponds,
• the control and disposal of contaminated material,
• associated technology works,
• earthworks,
• ducting,
• kerbing,
• footways,
• rigid pavement,
• retexturing of exposed concrete pavement,
• site clearance,
• brick, block and stonework,
• piling,
• temporary works required to ensure a safe method of working,
• demolition,
• structural steelworks,
• reinforced earth abutments,
• wingwalls,
• retaining walls,
• concrete,
• asbestos removal (planned),
• earthwork stabilisation,
• counterfort drains,
• soil nailing,
• grounder anchors,
• slope netting (rock and soil),
• rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and
• ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.
This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration).
This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design).
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· undertaking the lead contractor role as required by any Work Order,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
CPV classifications
- 45000000 - Construction work
- 45111240 - Ground-drainage work
- 45200000 - Works for complete or part construction and civil engineering work
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 50000000 - Repair and maintenance services
- 71311000 - Civil engineering consultancy services
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 71320000 - Engineering design services
- 72224000 - Project management consultancy services
Lot value (estimated)
315938792 GBP Excluding VAT
379126551 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Pavements (North East)
Lot number: 3/NE Description
This Lot (3/NE) covers:
• highway maintenance, renewal, small improvements and associated services for pavements and
• the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including
o bituminous and associated concrete pavement repairs,
o surface restoration techniques,
o planning,
o paving,
o retexturing,
o high friction surfacing,
o iron work adjustment and renewal,
o cold applied ultra-thin surfacing (CAUTS),
o hydraulically bound mixtures,
o in-situ and ex-situ recycling,
o loops and associated works,
o footway surfacing and asphalt kerbing and
o temporary works.
Other duties
This lot also includes the following activities
· the delivery and management of works with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· the delivery of incident response (rapid response),
· pre-construction services,
· early engagement,
· community and
· the provision of Urgent Works
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
CPV classifications
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 14213000 - Macadam, tarmac and tar sands
- 45233142 - Road-repair works
- 45233220 - Surface work for roads
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 72224000 - Project management consultancy services
Delivery regions
- UKC - North East (England)
Lot value (estimated)
444000000 GBP Excluding VAT
532800000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Pavements (North West)
Lot number: 3/NW Description
This Lot (3/NW) covers:
• highway maintenance, renewal, small improvements and associated services for pavements and
• the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including
o bituminous and associated concrete pavement repairs,
o surface restoration techniques,
o planning,
o paving,
o retexturing,
o high friction surfacing,
o iron work adjustment and renewal,
o cold applied ultra-thin surfacing (CAUTS),
o hydraulically bound mixtures,
o in-situ and ex-situ recycling,
o loops and associated works,
o footway surfacing and asphalt kerbing and
o temporary works.
Other duties
This lot also includes the following activities
· the delivery and management of works with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· the delivery of incident response (rapid response),
· pre-construction services,
· early engagement,
· community and
· the provision of Urgent Works
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
CPV classifications
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 14213000 - Macadam, tarmac and tar sands
- 45233142 - Road-repair works
- 45233220 - Surface work for roads
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 72224000 - Project management consultancy services
Delivery regions
- UKD - North West (England)
Lot value (estimated)
404239320 GBP Excluding VAT
485087184 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Pavements (South East)
Lot number: 3/SE Description
This Lot (3/SE) covers:
• highway maintenance, renewal, small improvements and associated services for pavements and
• the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including
o bituminous and associated concrete pavement repairs,
o surface restoration techniques,
o planning,
o paving,
o retexturing,
o high friction surfacing,
o iron work adjustment and renewal,
o cold applied ultra-thin surfacing (CAUTS),
o hydraulically bound mixtures,
o in-situ and ex-situ recycling,
o loops and associated works,
o footway surfacing and asphalt kerbing and
o temporary works.
Other duties
This lot also includes the following activities
· the delivery and management of works with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· the delivery of incident response (rapid response),
· pre-construction services,
· early engagement,
· community and
· the provision of Urgent Works
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
CPV classifications
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 14213000 - Macadam, tarmac and tar sands
- 45233142 - Road-repair works
- 45233220 - Surface work for roads
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 72224000 - Project management consultancy services
Delivery regions
- UKJ - South East (England)
Lot value (estimated)
312936681 GBP Excluding VAT
375524017 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Pavements (South West)
Lot number: 3/SW Description
This Lot (3/SW) covers:
• highway maintenance, renewal, small improvements and associated services for pavements and
• the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including
o bituminous and associated concrete pavement repairs,
o surface restoration techniques,
o planning,
o paving,
o retexturing,
o high friction surfacing,
o iron work adjustment and renewal,
o cold applied ultra-thin surfacing (CAUTS),
o hydraulically bound mixtures,
o in-situ and ex-situ recycling,
o loops and associated works,
o footway surfacing and asphalt kerbing and
o temporary works.
Other duties
This lot also includes the following activities
· the delivery and management of works with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· the delivery of incident response (rapid response),
· pre-construction services,
· early engagement,
· community and
· the provision of Urgent Works
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
CPV classifications
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 14213000 - Macadam, tarmac and tar sands
- 45233142 - Road-repair works
- 45233220 - Surface work for roads
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 72224000 - Project management consultancy services
Delivery regions
- UKK - South West (England)
Lot value (estimated)
292323882 GBP Excluding VAT
350788658 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Pavements (Midlands)
Lot number: 3/M Description
This Lot (3/M) covers:
• highway maintenance, renewal, small improvements and associated services for pavements and
• the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including
o bituminous and associated concrete pavement repairs,
o surface restoration techniques,
o planning,
o paving,
o retexturing,
o high friction surfacing,
o iron work adjustment and renewal,
o cold applied ultra-thin surfacing (CAUTS),
o hydraulically bound mixtures,
o in-situ and ex-situ recycling,
o loops and associated works,
o footway surfacing and asphalt kerbing and
o temporary works.
Other duties
This lot also includes the following activities
· the delivery and management of works with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· the delivery of incident response (rapid response),
· pre-construction services,
· early engagement,
· community and
· the provision of Urgent Works
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
CPV classifications
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 14213000 - Macadam, tarmac and tar sands
- 45233142 - Road-repair works
- 45233220 - Surface work for roads
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 72224000 - Project management consultancy services
Delivery regions
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Lot value (estimated)
565000000 GBP Excluding VAT
678000000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Pavements (East of England)
Lot number: 3/E Description
This Lot (3/E) covers:
• highway maintenance, renewal, small improvements and associated services for pavements and
• the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including
o bituminous and associated concrete pavement repairs,
o surface restoration techniques,
o planning,
o paving,
o retexturing,
o high friction surfacing,
o iron work adjustment and renewal,
o cold applied ultra-thin surfacing (CAUTS),
o hydraulically bound mixtures,
o in-situ and ex-situ recycling,
o loops and associated works,
o footway surfacing and asphalt kerbing and
o temporary works.
Other duties
This lot also includes the following activities
· the delivery and management of works with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· undertaking the principal designer role as required by the Client (optional),
· the delivery of incident response (rapid response),
· pre-construction services,
· early engagement,
· community and
· the provision of Urgent Works
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
CPV classifications
- 45233222 - Paving and asphalting works
- 45233139 - Highway maintenance work
- 14213000 - Macadam, tarmac and tar sands
- 45233142 - Road-repair works
- 45233220 - Surface work for roads
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 72224000 - Project management consultancy services
Lot value (estimated)
462053912 GBP Excluding VAT
554464694 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Tunnels (National)
Lot number: 4 Description
This Lot 4 covers the supply of materials, plant, equipment and people to carry out construction, commissioning, integrated commissioning, integrated testing and removal activities within and related to road tunnels, including the option to deliver scheme(s) as design & build. Scope includes but not limited to
• electrical systems,
• mechanical systems,
• technology systems and
• design and installation of temporary works.
Suppliers may be provided with specialist technology assets by the Client.
Other duties
This Lot also includes the following activities
• Framework Mobilisation,
• mobilisation for the purpose of the activities set out above,
• carrying out surveys,
• fault finding and diagnostics,
• pre-construction services,
• early engagement,
• undertaking the principal designer role as required by the Client,
• undertaking the principal contractor role as required by the Client,
• the provision of welfare facilities,
• the delivery of incident response (rapid response),
• the management of network occupancy,
• community and
• the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
CPV classifications
- 45000000 - Construction work
- 34993100 - Tunnel lighting
- 45247200 - Construction work for dams and similar fixed structures
- 45221000 - Construction work for bridges and tunnels, shafts and subways
- 45221241 - Road tunnel construction work
- 45221247 - Tunnelling works
- 45221248 - Tunnel linings construction work
- 63712320 - Tunnel operation services
- 50000000 - Repair and maintenance services
- 72224000 - Project management consultancy services
Delivery regions
- UKC - North East (England)
- UKD - North West (England)
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
Lot value (estimated)
28000000 GBP Excluding VAT
33600000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Technology Design (North East, North West & Midlands)
Lot number: 5.1/North Description
This Lot (5.1/North) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including:
• structures,
• landscaping,
• pavements,
• drainage,
• traffic modelling,
• traffic signals,
• geometrical designs,
• geotechnics,
• technology,
• lighting,
• motorway communications,
• environmental,
• noise quality (including non-invasive surveys),
• air quality (including non-invasive surveys),
• vehicle restraint systems,
• depots,
• preparation of contract documents,
• site supervision and
• stakeholder engagement/consultation.
Other duties
This Lot also includes the following activities:
· Framework Mobilisation,
· framework mobilisation for the purpose of the activities set out above,
· carrying out surveys (intrusive and non-intrusive),
· pre-construction services,
· early engagement,
· undertaking the principal designer role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 1.
The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8
CPV classifications
- 71320000 - Engineering design services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 71356200 - Technical assistance services
- 71356300 - Technical support services
- 71530000 - Construction consultancy services
- 73210000 - Research consultancy services
- 73300000 - Design and execution of research and development
- 73420000 - Pre-feasibility study and technological demonstration
- 72224000 - Project management consultancy services
Delivery regions
- UKC - North East (England)
- UKD - North West (England)
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Lot value (estimated)
85157241 GBP Excluding VAT
102188689 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Technology Design (South East, South West & East of England)
Lot number: 5.1/South Description
This Lot (5.1/South) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including:
• structures,
• landscaping,
• pavements,
• drainage,
• traffic modelling,
• traffic signals,
• geometrical designs,
• geotechnics,
• technology,
• lighting,
• motorway communications,
• environmental,
• noise quality (including non-invasive surveys),
• air quality (including non-invasive surveys),
• vehicle restraint systems,
• depots,
• preparation of contract documents,
• site supervision and
• stakeholder engagement/consultation.
Other duties
This Lot also includes the following activities:
· Framework Mobilisation,
· framework mobilisation for the purpose of the activities set out above,
· carrying out surveys (intrusive and non-intrusive),
· pre-construction services,
· early engagement,
· undertaking the principal designer role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 1.
The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8
CPV classifications
- 71320000 - Engineering design services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 71356200 - Technical assistance services
- 71356300 - Technical support services
- 71530000 - Construction consultancy services
- 73210000 - Research consultancy services
- 73300000 - Design and execution of research and development
- 73420000 - Pre-feasibility study and technological demonstration
- 72224000 - Project management consultancy services
Delivery regions
- UKJ - South East (England)
- UKK - South West (England)
- UKH - East of England
Lot value (estimated)
80145931 GBP Excluding VAT
96175117 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Design (North East)
Lot number: 5.2/NE Description
This Lot (5.2/NE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including:
• structures,
• landscaping,
• pavements,
• drainage,
• earthworks,
• traffic signals and signs,
• geometrical designs,
• geotechnics,
• lighting,
• motorway communications,
• environmental,
• noise quality (including non-invasive surveys),
• air quality (including non-invasive surveys),
• vehicle restraint systems,
• depots,
• preparation of contract documents,
• site supervision,
• stakeholder engagement/consultation
• non-technology schemes that have technology design.
Other duties
This Lot also includes the following activities;
· Framework Mobilisation,
· framework mobilisation for the purpose of the activities set out in above,
· carrying out surveys (intrusive and non-intrusive),
· early engagement,
· design validation,
· undertaking the principal designer role as required by the Client,
· the management of network occupancy,
· undertaking the role of technical advisor as required by the Client,
· undertaking the role of independent works examiner as required by the Client,
· modelling services (e.g. traffic and economic),
· supporting governance submissions for both the Client and DfT,
· creating business cases in line with the Treasury green book requirements,
· land referencing,
· planning submissions including development consent orders (DCO),
· the delivery of incident response (rapid response),
· demobilisation,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 1.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
CPV classifications
- 71320000 - Engineering design services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 71356200 - Technical assistance services
- 71356300 - Technical support services
- 71530000 - Construction consultancy services
- 73210000 - Research consultancy services
- 73300000 - Design and execution of research and development
- 73420000 - Pre-feasibility study and technological demonstration
- 72224000 - Project management consultancy services
Delivery regions
- UKC - North East (England)
Lot value (estimated)
114384096 GBP Excluding VAT
137260915 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Design (North West)
Lot number: 5.2/NW Description
This Lot (5.2/NW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including:
• structures,
• landscaping,
• pavements,
• drainage,
• earthworks,
• traffic signals and signs,
• geometrical designs,
• geotechnics,
• lighting,
• motorway communications,
• environmental,
• noise quality (including non-invasive surveys),
• air quality (including non-invasive surveys),
• vehicle restraint systems,
• depots,
• preparation of contract documents,
• site supervision,
• stakeholder engagement/consultation
• non-technology schemes that have technology design.
Other duties
This Lot also includes the following activities;
· Framework Mobilisation,
· framework mobilisation for the purpose of the activities set out in above,
· carrying out surveys (intrusive and non-intrusive),
· early engagement,
· design validation,
· undertaking the principal designer role as required by the Client,
· the management of network occupancy,
· undertaking the role of technical advisor as required by the Client,
· undertaking the role of independent works examiner as required by the Client,
· modelling services (e.g. traffic and economic),
· supporting governance submissions for both the Client and DfT,
· creating business cases in line with the Treasury green book requirements,
· land referencing,
· planning submissions including development consent orders (DCO),
· the delivery of incident response (rapid response),
· demobilisation,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 1.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
CPV classifications
- 71320000 - Engineering design services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 71356200 - Technical assistance services
- 71356300 - Technical support services
- 71530000 - Construction consultancy services
- 73210000 - Research consultancy services
- 73300000 - Design and execution of research and development
- 73420000 - Pre-feasibility study and technological demonstration
- 72224000 - Project management consultancy services
Delivery regions
- UKD - North West (England)
Lot value (estimated)
132397378 GBP Excluding VAT
158876854 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Design (South East)
Lot number: 5.2/SE Description
This Lot (5.2/SE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including:
• structures,
• landscaping,
• pavements,
• drainage,
• earthworks,
• traffic signals and signs,
• geometrical designs,
• geotechnics,
• lighting,
• motorway communications,
• environmental,
• noise quality (including non-invasive surveys),
• air quality (including non-invasive surveys),
• vehicle restraint systems,
• depots,
• preparation of contract documents,
• site supervision,
• stakeholder engagement/consultation
• non-technology schemes that have technology design.
Other duties
This Lot also includes the following activities;
· Framework Mobilisation,
· framework mobilisation for the purpose of the activities set out in above,
· carrying out surveys (intrusive and non-intrusive),
· early engagement,
· design validation,
· undertaking the principal designer role as required by the Client,
· the management of network occupancy,
· undertaking the role of technical advisor as required by the Client,
· undertaking the role of independent works examiner as required by the Client,
· modelling services (e.g. traffic and economic),
· supporting governance submissions for both the Client and DfT,
· creating business cases in line with the Treasury green book requirements,
· land referencing,
· planning submissions including development consent orders (DCO),
· the delivery of incident response (rapid response),
· demobilisation,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 1.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
CPV classifications
- 71320000 - Engineering design services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 71356200 - Technical assistance services
- 71356300 - Technical support services
- 71530000 - Construction consultancy services
- 73210000 - Research consultancy services
- 73300000 - Design and execution of research and development
- 73420000 - Pre-feasibility study and technological demonstration
- 72224000 - Project management consultancy services
Delivery regions
- UKJ - South East (England)
Lot value (estimated)
113314560 GBP Excluding VAT
135977472 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Design (South West)
Lot number: 5.2/SW Description
This Lot (5.2/SW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including:
• structures,
• landscaping,
• pavements,
• drainage,
• earthworks,
• traffic signals and signs,
• geometrical designs,
• geotechnics,
• lighting,
• motorway communications,
• environmental,
• noise quality (including non-invasive surveys),
• air quality (including non-invasive surveys),
• vehicle restraint systems,
• depots,
• preparation of contract documents,
• site supervision,
• stakeholder engagement/consultation
• non-technology schemes that have technology design.
Other duties
This Lot also includes the following activities;
· Framework Mobilisation,
· framework mobilisation for the purpose of the activities set out in above,
· carrying out surveys (intrusive and non-intrusive),
· early engagement,
· design validation,
· undertaking the principal designer role as required by the Client,
· the management of network occupancy,
· undertaking the role of technical advisor as required by the Client,
· undertaking the role of independent works examiner as required by the Client,
· modelling services (e.g. traffic and economic),
· supporting governance submissions for both the Client and DfT,
· creating business cases in line with the Treasury green book requirements,
· land referencing,
· planning submissions including development consent orders (DCO),
· the delivery of incident response (rapid response),
· demobilisation,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 1.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
CPV classifications
- 71320000 - Engineering design services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 71356200 - Technical assistance services
- 71356300 - Technical support services
- 71530000 - Construction consultancy services
- 73210000 - Research consultancy services
- 73300000 - Design and execution of research and development
- 73420000 - Pre-feasibility study and technological demonstration
- 72224000 - Project management consultancy services
Delivery regions
- UKK - South West (England)
Lot value (estimated)
105783212 GBP Excluding VAT
126939854 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Design (Midlands)
Lot number: 5.2/M Description
This Lot (5.2/M) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including:
• structures,
• landscaping,
• pavements,
• drainage,
• earthworks,
• traffic signals and signs,
• geometrical designs,
• geotechnics,
• lighting,
• motorway communications,
• environmental,
• noise quality (including non-invasive surveys),
• air quality (including non-invasive surveys),
• vehicle restraint systems,
• depots,
• preparation of contract documents,
• site supervision,
• stakeholder engagement/consultation
• non-technology schemes that have technology design.
Other duties
This Lot also includes the following activities;
· Framework Mobilisation,
· framework mobilisation for the purpose of the activities set out in above,
· carrying out surveys (intrusive and non-intrusive),
· early engagement,
· design validation,
· undertaking the principal designer role as required by the Client,
· the management of network occupancy,
· undertaking the role of technical advisor as required by the Client,
· undertaking the role of independent works examiner as required by the Client,
· modelling services (e.g. traffic and economic),
· supporting governance submissions for both the Client and DfT,
· creating business cases in line with the Treasury green book requirements,
· land referencing,
· planning submissions including development consent orders (DCO),
· the delivery of incident response (rapid response),
· demobilisation,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 1.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
CPV classifications
- 71320000 - Engineering design services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 71356200 - Technical assistance services
- 71356300 - Technical support services
- 71530000 - Construction consultancy services
- 73210000 - Research consultancy services
- 73300000 - Design and execution of research and development
- 73420000 - Pre-feasibility study and technological demonstration
- 72224000 - Project management consultancy services
Delivery regions
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Lot value (estimated)
74135000 GBP Excluding VAT
88962000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Design (East of England)
Lot number: 5.2/E Description
This Lot (5.2/E) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including:
• structures,
• landscaping,
• pavements,
• drainage,
• earthworks,
• traffic signals and signs,
• geometrical designs,
• geotechnics,
• lighting,
• motorway communications,
• environmental,
• noise quality (including non-invasive surveys),
• air quality (including non-invasive surveys),
• vehicle restraint systems,
• depots,
• preparation of contract documents,
• site supervision,
• stakeholder engagement/consultation
• non-technology schemes that have technology design.
Other duties
This Lot also includes the following activities;
· Framework Mobilisation,
· framework mobilisation for the purpose of the activities set out in above,
· carrying out surveys (intrusive and non-intrusive),
· early engagement,
· design validation,
· undertaking the principal designer role as required by the Client,
· the management of network occupancy,
· undertaking the role of technical advisor as required by the Client,
· undertaking the role of independent works examiner as required by the Client,
· modelling services (e.g. traffic and economic),
· supporting governance submissions for both the Client and DfT,
· creating business cases in line with the Treasury green book requirements,
· land referencing,
· planning submissions including development consent orders (DCO),
· the delivery of incident response (rapid response),
· demobilisation,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 1.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
CPV classifications
- 71320000 - Engineering design services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 71356200 - Technical assistance services
- 71356300 - Technical support services
- 71530000 - Construction consultancy services
- 73210000 - Research consultancy services
- 73300000 - Design and execution of research and development
- 73420000 - Pre-feasibility study and technological demonstration
- 72224000 - Project management consultancy services
Lot value (estimated)
76084550 GBP Excluding VAT
91301460 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Traffic Management (North East)
Lot number: 6/NE Description
This Lot (6/NE) covers the design, supply of materials, plant and people and equipment for the:
• installation, maintenance and removal of temporary traffic management,
• installation, maintenance and removal of temporary safety barrier systems,
• installation, maintenance and removal of temporary speed enforcement systems,
• installation, maintenance and removal of temporary CCTV systems,
• management of breakdown recovery services,
• installation, maintenance and removal of temporary road markings and road studs and
• removal of existing road markings and road studs.
Other duties
This Lot also includes the following activities:
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy and
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
CPV classifications
- 34923000 - Road traffic-control equipment
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
- 34970000 - Traffic-monitoring equipment
- 34972000 - Traffic-flow measuring system
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45316210 - Installation of traffic monitoring equipment
- 45316212 - Installation of traffic lights
- 45316213 - Installation of traffic guidance equipment
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232200 - Traffic-signal maintenance services
- 63712000 - Support services for road transport
- 63712200 - Highway operation services
- 63712700 - Traffic control services
- 63712710 - Traffic monitoring services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 72224000 - Project management consultancy services
Delivery regions
- UKC - North East (England)
Lot value (estimated)
215705999 GBP Excluding VAT
258847199 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Traffic Management (North West)
Lot number: 6/NW Description
This Lot (6/NW) covers the design, supply of materials, plant and people and equipment for the:
• installation, maintenance and removal of temporary traffic management,
• installation, maintenance and removal of temporary safety barrier systems,
• installation, maintenance and removal of temporary speed enforcement systems,
• installation, maintenance and removal of temporary CCTV systems,
• management of breakdown recovery services,
• installation, maintenance and removal of temporary road markings and road studs and
• removal of existing road markings and road studs.
Other duties
This Lot also includes the following activities:
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy and
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
CPV classifications
- 34923000 - Road traffic-control equipment
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
- 34970000 - Traffic-monitoring equipment
- 34972000 - Traffic-flow measuring system
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45316210 - Installation of traffic monitoring equipment
- 45316212 - Installation of traffic lights
- 45316213 - Installation of traffic guidance equipment
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232200 - Traffic-signal maintenance services
- 63712000 - Support services for road transport
- 63712200 - Highway operation services
- 63712700 - Traffic control services
- 63712710 - Traffic monitoring services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 72224000 - Project management consultancy services
Delivery regions
- UKD - North West (England)
Lot value (estimated)
264841405 GBP Excluding VAT
317809686 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Traffic Management (South East)
Lot number: 6/SE Description
This Lot (6/SE) covers the design, supply of materials, plant and people and equipment for the:
• installation, maintenance and removal of temporary traffic management,
• installation, maintenance and removal of temporary safety barrier systems,
• installation, maintenance and removal of temporary speed enforcement systems,
• installation, maintenance and removal of temporary CCTV systems,
• management of breakdown recovery services,
• installation, maintenance and removal of temporary road markings and road studs and
• removal of existing road markings and road studs.
Other duties
This Lot also includes the following activities:
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy and
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
CPV classifications
- 34923000 - Road traffic-control equipment
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
- 34970000 - Traffic-monitoring equipment
- 34972000 - Traffic-flow measuring system
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45316210 - Installation of traffic monitoring equipment
- 45316212 - Installation of traffic lights
- 45316213 - Installation of traffic guidance equipment
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232200 - Traffic-signal maintenance services
- 63712000 - Support services for road transport
- 63712200 - Highway operation services
- 63712700 - Traffic control services
- 63712710 - Traffic monitoring services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 72224000 - Project management consultancy services
Delivery regions
- UKJ - South East (England)
Lot value (estimated)
158459324 GBP Excluding VAT
190151189 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Traffic Management (South West)
Lot number: 6/SW Description
This Lot (6/SW) covers the design, supply of materials, plant and people and equipment for the:
• installation, maintenance and removal of temporary traffic management,
• installation, maintenance and removal of temporary safety barrier systems,
• installation, maintenance and removal of temporary speed enforcement systems,
• installation, maintenance and removal of temporary CCTV systems,
• management of breakdown recovery services,
• installation, maintenance and removal of temporary road markings and road studs and
• removal of existing road markings and road studs.
Other duties
This Lot also includes the following activities:
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy and
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
CPV classifications
- 34923000 - Road traffic-control equipment
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
- 34970000 - Traffic-monitoring equipment
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- 34972000 - Traffic-flow measuring system
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45316210 - Installation of traffic monitoring equipment
- 45316212 - Installation of traffic lights
- 45316213 - Installation of traffic guidance equipment
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232200 - Traffic-signal maintenance services
- 63712000 - Support services for road transport
- 63712200 - Highway operation services
- 63712700 - Traffic control services
- 63712710 - Traffic monitoring services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 72224000 - Project management consultancy services
Delivery regions
- UKK - South West (England)
Lot value (estimated)
288897673 GBP Excluding VAT
346677207 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Traffic Management (Midlands)
Lot number: 6/M Description
This Lot (6/M) covers the design, supply of materials, plant and people and equipment for the:
• installation, maintenance and removal of temporary traffic management,
• installation, maintenance and removal of temporary safety barrier systems,
• installation, maintenance and removal of temporary speed enforcement systems,
• installation, maintenance and removal of temporary CCTV systems,
• management of breakdown recovery services,
• installation, maintenance and removal of temporary road markings and road studs and
• removal of existing road markings and road studs.
Other duties
This Lot also includes the following activities:
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy and
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
CPV classifications
- 34923000 - Road traffic-control equipment
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
- 34970000 - Traffic-monitoring equipment
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- 34972000 - Traffic-flow measuring system
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45316210 - Installation of traffic monitoring equipment
- 45316212 - Installation of traffic lights
- 45316213 - Installation of traffic guidance equipment
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232200 - Traffic-signal maintenance services
- 63712000 - Support services for road transport
- 63712200 - Highway operation services
- 63712700 - Traffic control services
- 63712710 - Traffic monitoring services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 72224000 - Project management consultancy services
Delivery regions
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Lot value (estimated)
287900000 GBP Excluding VAT
345480000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Traffic Management (East of England)
Lot number: 6/E Description
This Lot (6/E) covers the design, supply of materials, plant and people and equipment for the:
• installation, maintenance and removal of temporary traffic management,
• installation, maintenance and removal of temporary safety barrier systems,
• installation, maintenance and removal of temporary speed enforcement systems,
• installation, maintenance and removal of temporary CCTV systems,
• management of breakdown recovery services,
• installation, maintenance and removal of temporary road markings and road studs and
• removal of existing road markings and road studs.
Other duties
This Lot also includes the following activities:
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· early engagement,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy and
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
CPV classifications
- 34923000 - Road traffic-control equipment
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
-
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
34970000 - Traffic-monitoring equipment - 34972000 - Traffic-flow measuring system
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45316210 - Installation of traffic monitoring equipment
- 45316212 - Installation of traffic lights
- 45316213 - Installation of traffic guidance equipment
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232200 - Traffic-signal maintenance services
- 63712000 - Support services for road transport
- 63712200 - Highway operation services
- 63712700 - Traffic control services
- 63712710 - Traffic monitoring services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 72224000 - Project management consultancy services
Lot value (estimated)
180463442 GBP Excluding VAT
216556131 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Structures (North East)
Lot number: 7/NE Description
This Lot (7/NE) covers the supply of materials, plant and people for the:
• installation of temporary works,
• application of maintenance painting systems including specialist corrosion protection systems,
• removal, installation and repair of concrete on highway structures,
• removal, installation and repair of concrete bridge parapets,
• removal, installation and repair of bridge bearings and
• remove, repair and installation of cathodic protection.
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
CPV classifications
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44112000 - Miscellaneous building structures
- 44210000 - Structures and parts of structures
- 44212120 - Structures of bridges
- 44212300
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- Structures and parts - 44212317 - Scaffolding structures
- 44212320 - Miscellaneous structures
- 44212380 - Parts of structures
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45223000 - Structures construction work
- 45223100 - Assembly of metal structures
- 45223110 - Installation of metal structures
- 45223500 - Reinforced-concrete structures
- 45223800 - Assembly and erection of prefabricated structures
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45442121 - Painting work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 71631400 - Technical inspection services of engineering structures
- 90912000 - Blast-cleaning services for tubular structures
Delivery regions
- UKC - North East (England)
Lot value (estimated)
120000000 GBP Excluding VAT
144000000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Structures (North West)
Lot number: 7/NW Description
This Lot (7/NW) covers the supply of materials, plant and people for the:
• installation of temporary works,
• application of maintenance painting systems including specialist corrosion protection systems,
• removal, installation and repair of concrete on highway structures,
• removal, installation and repair of concrete bridge parapets,
• removal, installation and repair of bridge bearings and
• remove, repair and installation of cathodic protection.
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
CPV classifications
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44112000 - Miscellaneous building structures
- 44210000
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- Structures and parts of structures - 44212120 - Structures of bridges
- 44212300 - Structures and parts
- 44212317 - Scaffolding structures
- 44212320 - Miscellaneous structures
- 44212380 - Parts of structures
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45223000 - Structures construction work
- 45223100 - Assembly of metal structures
- 45223110 - Installation of metal structures
- 45223500 - Reinforced-concrete structures
- 45223800 - Assembly and erection of prefabricated structures
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45442121 - Painting work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 71631400 - Technical inspection services of engineering structures
- 90912000 - Blast-cleaning services for tubular structures
Delivery regions
- UKD - North West (England)
Lot value (estimated)
27188178 GBP Excluding VAT
32625814 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Structures (South East)
Lot number: 7/SE Description
This Lot (7/SE) covers the supply of materials, plant and people for the:
• installation of temporary works,
• application of maintenance painting systems including specialist corrosion protection systems,
• removal, installation and repair of concrete on highway structures,
• removal, installation and repair of concrete bridge parapets,
• removal, installation and repair of bridge bearings and
• remove, repair and installation of cathodic protection.
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
CPV classifications
- 44000000
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- Construction structures and materials; auxiliary products to construction (except electric apparatus) - 44112000 - Miscellaneous building structures
- 44210000 - Structures and parts of structures
- 44212120 - Structures of bridges
- 44212300 - Structures and parts
- 44212317 - Scaffolding structures
- 44212320 - Miscellaneous structures
- 44212380 - Parts of structures
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45223000 - Structures construction work
- 45223100 - Assembly of metal structures
- 45223110 - Installation of metal structures
- 45223500 - Reinforced-concrete structures
- 45223800 - Assembly and erection of prefabricated structures
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45442121 - Painting work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 71631400 - Technical inspection services of engineering structures
- 90912000 - Blast-cleaning services for tubular structures
Delivery regions
- UKJ - South East (England)
Lot value (estimated)
61173015 GBP Excluding VAT
73407618 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Structures (South West)
Lot number: 7/SW Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Description
This Lot (7/SW) covers the supply of materials, plant and people for the:
• installation of temporary works,
• application of maintenance painting systems including specialist corrosion protection systems,
• removal, installation and repair of concrete on highway structures,
• removal, installation and repair of concrete bridge parapets,
• removal, installation and repair of bridge bearings and
• remove, repair and installation of cathodic protection.
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
CPV classifications
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44112000 - Miscellaneous building structures
- 44210000 - Structures and parts of structures
- 44212120 - Structures of bridges
- 44212300 - Structures and parts
- 44212317 - Scaffolding structures
- 44212320 - Miscellaneous structures
- 44212380 - Parts of structures
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45223000 - Structures construction work
- 45223100 - Assembly of metal structures
- 45223110 - Installation of metal structures
- 45223500 - Reinforced-concrete structures
- 45223800 - Assembly and erection of prefabricated structures
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45442121 - Painting work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 71631400 - Technical inspection services of engineering structures
- 90912000 - Blast-cleaning services for tubular structures
Delivery regions
- UKK - South West (England)
Lot value (estimated)
33262762 GBP Excluding VAT
39915314 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Structures (Midlands)
Lot number: 7/M Description
This Lot (7/M) covers the supply of materials, plant and people for the:
• installation of temporary works,
• application of maintenance painting systems including specialist corrosion protection systems,
• removal, installation and repair of concrete on highway structures,
• removal, installation and repair of concrete bridge parapets,
• removal, installation and repair of bridge bearings and
• remove, repair and installation of cathodic protection.
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
CPV classifications
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44112000 - Miscellaneous building structures
- 44210000 - Structures and parts of structures
- 44212120 - Structures of bridges
- 44212300 - Structures and parts
- 44212317 - Scaffolding structures
- 44212320 - Miscellaneous structures
- 44212380 - Parts of structures
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45223000 - Structures construction work
- 45223100 - Assembly of metal structures
- 45223110 - Installation of metal structures
- 45223500 - Reinforced-concrete structures
- 45223800 - Assembly and erection of prefabricated structures
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45442121 - Painting work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 71631400 - Technical inspection services of engineering structures
- 90912000 - Blast-cleaning services for tubular structures
Delivery regions
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Lot value (estimated)
113000000 GBP Excluding VAT
135600000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Structures (East of England)
Lot number: 7/E Description
This Lot (7/E) covers the supply of materials, plant and people for the:
• installation of temporary works,
• application of maintenance painting systems including specialist corrosion protection systems,
• removal, installation and repair of concrete on highway structures,
• removal, installation and repair of concrete bridge parapets,
• removal, installation and repair of bridge bearings and
• remove, repair and installation of cathodic protection.
Other duties
This lot also includes the following activities
· the delivery and management of works associated with or ancillary to the activities set out above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
CPV classifications
- 44000000 -
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Construction structures and materials; auxiliary products to construction (except electric apparatus) - 44112000 - Miscellaneous building structures
- 44210000 - Structures and parts of structures
- 44212120 - Structures of bridges
- 44212300 - Structures and parts
- 44212317 - Scaffolding structures
- 44212320 - Miscellaneous structures
- 44212380 - Parts of structures
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45223000 - Structures construction work
- 45223100 - Assembly of metal structures
- 45223110 - Installation of metal structures
- 45223500 - Reinforced-concrete structures
- 45223800 - Assembly and erection of prefabricated structures
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45442121 - Painting work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 71631400 - Technical inspection services of engineering structures
- 90912000 - Blast-cleaning services for tubular structures
Lot value (estimated)
18504192 GBP Excluding VAT
22205030 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Joints & Waterproofing (North East)
Lot number: 8/NE Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Description
This Lot (8/NE) covers the supply of materials, plant and people for the installation, removal of and repair work to:
• highways structure expansion joints,
• waterproofing systems,
• associated concrete repair,
• testing of existing waterproofing systems, and
• installation, maintenance and removal of any temporary works required to ensure a safe method of working.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out above
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
CPV classifications
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
- 45233320 - Foundation work for roads
- 45247200 - Construction work for dams and similar fixed structures
- 45262300 - Concrete work
- 45442120 - Painting and protective-coating work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Delivery regions
- UKC - North East (England)
Lot value (estimated)
30000000 GBP Excluding VAT
36000000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Joints & Waterproofing (North West)
Lot number: 8/NW Description
This Lot (8/NW) covers the supply of materials, plant and people for the installation, removal of and repair work to:
• highways structure expansion joints,
• waterproofing systems,
• associated concrete repair,
• testing of existing waterproofing systems, and
• installation, maintenance and removal of any temporary works required to ensure a safe method of working.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out above
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
CPV classifications
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 -
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Construction work for highways - 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
- 45233320 - Foundation work for roads
- 45247200 - Construction work for dams and similar fixed structures
- 45262300 - Concrete work
- 45442120 - Painting and protective-coating work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Delivery regions
- UKD - North West (England)
Lot value (estimated)
23714521 GBP Excluding VAT
28457425 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Joints & Waterproofing (South East)
Lot number: 8/SE Description
This Lot (8/SE) covers the supply of materials, plant and people for the installation, removal of and repair work to:
• highways structure expansion joints,
• waterproofing systems,
• associated concrete repair,
• testing of existing waterproofing systems, and
• installation, maintenance and removal of any temporary works required to ensure a safe method of working.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out above
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
CPV classifications
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
- 45233320 - Foundation work for roads
- 45247200 - Construction work for dams and similar fixed structures
- 45262300 - Concrete work
- 45442120 - Painting and protective-coating work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Delivery regions
- UKJ - South East (England)
Lot value (estimated)
23285653 GBP Excluding VAT
27942784 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Joints & Waterproofing (South West)
Lot number: 8/SW Description
This Lot (8/SW) covers the supply of materials, plant and people for the installation, removal of and repair work to:
• highways structure expansion joints,
• waterproofing systems,
• associated concrete repair,
• testing of existing waterproofing systems, and
• installation, maintenance and removal of any temporary works required to ensure a safe method of working.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out above
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
CPV classifications
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
- 45233320 - Foundation work for roads
- 45247200 - Construction work for dams and similar fixed structures
- 45262300 - Concrete work
- 45442120 - Painting and protective-coating work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Delivery regions
- UKK - South West (England)
Lot value (estimated)
17898001 GBP Excluding VAT
21477602 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Joints & Waterproofing (Midlands)
Lot number: 8/M Description
This Lot (8/M) covers the supply of materials, plant and people for the installation, removal of and repair work to:
• highways structure expansion joints,
• waterproofing systems,
• associated concrete repair,
• testing of existing waterproofing systems, and
• installation, maintenance and removal of any temporary works required to ensure a safe method of working.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out above
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
CPV classifications
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
- 45233320 - Foundation work for roads
- 45247200 - Construction work for dams and similar fixed structures
- 45262300 - Concrete work
- 45442120 - Painting and protective-coating work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Delivery regions
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Lot value (estimated)
24600000 GBP Excluding VAT
29520000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Joints & Waterproofing (East of England)
Lot number: 8/E Description
This Lot (8/E) covers the supply of materials, plant and people for the installation, removal of and repair work to:
• highways structure expansion joints,
• waterproofing systems,
• associated concrete repair,
• testing of existing waterproofing systems, and
• installation, maintenance and removal of any temporary works required to ensure a safe method of working.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out above
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
CPV classifications
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
- 45233320 - Foundation work for roads
- 45247200 - Construction work for dams and similar fixed structures
- 45262300 - Concrete work
- 45442120 - Painting and protective-coating work of structures
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Lot value (estimated)
18504192 GBP Excluding VAT
22205030 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Landscaping (North East)
Lot number: 9/NE Description
This Lot (9/NE) covers the supply of materials, plant and people to carry out landscaping and ecology works including:
• weed control,
• wildlife control,
• ground preparation,
• seeding,
• turfing,
• boundary fencing,
• planting,
• watering,
• tree and shrub maintenance,
• creation and management of waterbodies as and any other ecological measures and
• landscape clearance.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in section above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in section above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
CPV classifications
- 39293300 - Artificial grass
- 45000000 - Construction work
- 45112700 - Landscaping work
- 45233120 - Road construction works
- 45213310 - Construction work for buildings relating to road transport
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 77211300 - Tree-clearing services
- 77314100 - Grassing services
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
- 77211600 - Tree seeding
- 77310000 - Planting and maintenance services of green areas
- 77340000 - Tree pruning and hedge trimming
- 77341000 - Tree pruning
- 92534000 - Wildlife preservation services
Delivery regions
- UKC - North East (England)
Lot value (estimated)
22875000 GBP Excluding VAT
27450000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Landscaping (North West)
Lot number: 9/NW Description
This Lot (9/NW) covers the supply of materials, plant and people to carry out landscaping and ecology works including:
• weed control,
• wildlife control,
• ground preparation,
• seeding,
• turfing,
• boundary fencing,
• planting,
• watering,
• tree and shrub maintenance,
• creation and management of waterbodies as and any other ecological measures and
• landscape clearance.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in section above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in section above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
CPV classifications
- 39293300 - Artificial grass
- 45000000 - Construction work
- 45112700 - Landscaping work
- 45233120 - Road construction works
- 45213310 - Construction work for buildings relating to road transport
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 77211300 - Tree-clearing services
- 77314100 - Grassing services
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
- 77211600 - Tree seeding
- 77310000 - Planting and maintenance services of green areas
- 77340000 - Tree pruning and hedge trimming
- 77341000 - Tree pruning
- 92534000 - Wildlife preservation services
Delivery regions
- UKD - North West (England)
Lot value (estimated)
18225624 GBP Excluding VAT
21870749 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Landscaping (South East)
Lot number: 9/SE Description
This Lot (9/SE) covers the supply of materials, plant and people to carry out landscaping and ecology works including:
• weed control,
• wildlife control,
• ground preparation,
• seeding,
• turfing,
• boundary fencing,
• planting,
• watering,
• tree and shrub maintenance,
• creation and management of waterbodies as and any other ecological measures and
• landscape clearance.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in section above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in section above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
CPV classifications
- 39293300 - Artificial grass
- 45000000 - Construction work
- 45112700 - Landscaping work
- 45233120 - Road construction works
- 45213310 - Construction work for buildings relating to road transport
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
-
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
50000000 - Repair and maintenance services - 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 77211300 - Tree-clearing services
- 77314100 - Grassing services
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
- 77211600 - Tree seeding
- 77310000 - Planting and maintenance services of green areas
- 77340000 - Tree pruning and hedge trimming
- 77341000 - Tree pruning
- 92534000 - Wildlife preservation services
Delivery regions
- UKJ - South East (England)
Lot value (estimated)
14000000 GBP Excluding VAT
16800000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Landscaping (South West)
Lot number: 9/SW Description
This Lot (9/SW) covers the supply of materials, plant and people to carry out landscaping and ecology works including:
• weed control,
• wildlife control,
• ground preparation,
• seeding,
• turfing,
• boundary fencing,
• planting,
• watering,
• tree and shrub maintenance,
• creation and management of waterbodies as and any other ecological measures and
• landscape clearance.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in section above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in section above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
CPV classifications
- 39293300 - Artificial grass
- 45000000 - Construction work
- 45112700 - Landscaping work
- 45233120 - Road construction works
- 45213310 - Construction work for buildings relating to road transport
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 77211300 - Tree-clearing services
- 77314100 - Grassing services
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
- 77211600 - Tree seeding
- 77310000 - Planting and maintenance services of green areas
- 77340000 - Tree pruning and hedge trimming
- 77341000 - Tree pruning
- 92534000 - Wildlife preservation services
Delivery regions
- UKK - South West (England)
Lot value (estimated)
7544895 GBP Excluding VAT
9053874 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Landscaping (Midlands)
Lot number: 9/M Description
This Lot (9/M) covers the supply of materials, plant and people to carry out landscaping and ecology works including:
• weed control,
• wildlife control,
• ground preparation,
• seeding,
• turfing,
• boundary fencing,
• planting,
• watering,
• tree and shrub maintenance,
• creation and management of waterbodies as and any other ecological measures and
• landscape clearance.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in section above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in section above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
CPV classifications
- 39293300 - Artificial grass
- 45000000 - Construction work
- 45112700 - Landscaping work
- 45233120 - Road construction works
- 45213310 - Construction work for buildings relating to road transport
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 77211300 - Tree-clearing services
- 77314100 - Grassing services
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
- 77211600 - Tree seeding
- 77310000 - Planting and maintenance services of green areas
- 77340000 - Tree pruning and hedge trimming
- 77341000 - Tree pruning
- 92534000 - Wildlife preservation services
Delivery regions
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Lot value (estimated)
30000000 GBP Excluding VAT
36000000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Landscaping (East of England)
Lot number: 9/E Description
This Lot (9/E) covers the supply of materials, plant and people to carry out landscaping and ecology works including:
• weed control,
• wildlife control,
• ground preparation,
• seeding,
• turfing,
• boundary fencing,
• planting,
• watering,
• tree and shrub maintenance,
• creation and management of waterbodies as and any other ecological measures and
• landscape clearance.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in section above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in section above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
CPV classifications
- 39293300 - Artificial grass
- 45000000 - Construction work
- 45112700 - Landscaping work
- 45233120 - Road construction works
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- 45213310 - Construction work for buildings relating to road transport
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 77211300 - Tree-clearing services
- 77314100 - Grassing services
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
- 77211600 - Tree seeding
- 77310000 - Planting and maintenance services of green areas
- 77340000 - Tree pruning and hedge trimming
- 77341000 - Tree pruning
- 92534000 - Wildlife preservation services
Lot value (estimated)
14095284 GBP Excluding VAT
16914341 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Road Markings (North East)
Lot number: 10/NE Description
This Lot (10/NE) covers the supply of materials, plant and people for the installation and removal of:
• highway road markings,
• road studs,
• installation and removal of temporary road markings and road studs,
• high friction surfacing,
• crack sealing and
• pavement joint repair.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
CPV classifications
- 34922100 - Road markings
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233220 - Surface work for roads
- 45233221 - Road-surface painting work
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 50000000 - Repair and maintenance services
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
Delivery regions
- UKC - North East (England)
Lot value (estimated)
38991000 GBP Excluding VAT
46789200 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Road Markings (North West)
Lot number: 10/NW Description
This Lot (10/NW) covers the supply of materials, plant and people for the installation and removal of:
• highway road markings,
• road studs,
• installation and removal of temporary road markings and road studs,
• high friction surfacing,
• crack sealing and
• pavement joint repair.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
CPV classifications
- 34922100 - Road markings
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233220 - Surface work for roads
- 45233221 - Road-surface painting work
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 50000000 - Repair and maintenance services
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
Delivery regions
- UKD - North West (England)
Lot value (estimated)
34905199 GBP Excluding VAT
41886239 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Road Markings (South East)
Lot number: 10/SE Description
This Lot (10/SE) covers the supply of materials, plant and people for the installation and removal of:
• highway road markings,
• road studs,
• installation and removal of temporary road markings and road studs,
• high friction surfacing,
• crack sealing and
• pavement joint repair.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
CPV classifications
- 34922100 - Road markings
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233220 - Surface work for roads
- 45233221 - Road-surface painting work
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 50000000 - Repair and maintenance services
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
Delivery regions
- UKJ - South East (England)
Lot value (estimated)
25488286 GBP Excluding VAT
30585943 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Road Markings (South West)
Lot number: 10/SW Description
This Lot (10/SW) covers the supply of materials, plant and people for the installation and removal of:
• highway road markings,
• road studs,
• installation and removal of temporary road markings and road studs,
• high friction surfacing,
• crack sealing and
• pavement joint repair.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
CPV classifications
- 34922100 - Road markings
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233220 - Surface work for roads
- 45233221 - Road-surface painting work
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 50000000 - Repair and maintenance services
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
Delivery regions
- UKK - South West (England)
Lot value (estimated)
22292405 GBP Excluding VAT
26750887 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Road Markings (Midlands)
Lot number: 10/M Description
This Lot (10/M) covers the supply of materials, plant and people for the installation and removal of:
• highway road markings,
• road studs,
• installation and removal of temporary road markings and road studs,
• high friction surfacing,
• crack sealing and
• pavement joint repair.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
CPV classifications
- 34922100 - Road markings
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233220 - Surface work for roads
- 45233221 - Road-surface painting work
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 50000000 - Repair and maintenance services
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
Delivery regions
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Lot value (estimated)
82000000 GBP Excluding VAT
98400000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Road Markings (East of England)
Lot number: 10/E Description
This Lot (10/E) covers the supply of materials, plant and people for the installation and removal of:
• highway road markings,
• road studs,
• installation and removal of temporary road markings and road studs,
• high friction surfacing,
• crack sealing and
• pavement joint repair.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of the activities set out in above,
· undertaking the principal contractor role as required by the Client,
· pre-construction services,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
CPV classifications
- 34922100 - Road markings
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- 45233142 - Road-repair works
- 45233150 - Traffic-calming works
- 45233210 - Surface work for highways
- 45233220 - Surface work for roads
- 45233221 - Road-surface painting work
- 45233223 - Carriageway resurfacing works
- 45233251 - Resurfacing works
- 50000000 - Repair and maintenance services
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
Lot value (estimated)
62974027 GBP Excluding VAT
75568832 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Signs & Lighting (North East)
Lot number: 11/NE Description
This Lot (11/NE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of:
• road lighting and
• traffic signs and other highway electrical equipment (excluding roadside technology assets).
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of section above,
· pre-construction services,
· elements of supplier design,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· the management of network occupancy,
· temporary works,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
CPV classifications
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31500000 - Lighting equipment and electric lamps
- 31523000 - Illuminated signs and nameplates
- 31530000 - Parts of lamps and lighting equipment
- 34928500 - Street-lighting equipment
- 34928510 - Street-lighting columns
- 34992000 - Signs and illuminated signs
- 34992100 - Illuminated traffic signs
- 34993100 - Tunnel lighting
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45310000 - Electrical installation work
- 45316110 - Installation of road lighting equipment
- 45316211 - Installation of illuminated road signs
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232100 - Street-lighting maintenance services
- 50232110 - Commissioning of public lighting installations
Delivery regions
- UKC - North East (England)
Lot value (estimated)
65430000 GBP Excluding VAT
78516000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Signs & Lighting (North West)
Lot number: 11/NW Description
This Lot (11/NW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of:
• road lighting and
• traffic signs and other highway electrical equipment (excluding roadside technology assets).
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of section above,
· pre-construction services,
· elements of supplier design,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· the management of network occupancy,
· temporary works,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
CPV classifications
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31500000 - Lighting equipment and electric lamps
- 31523000 - Illuminated signs and nameplates
- 31530000 - Parts of lamps and lighting equipment
- 34928500 - Street-lighting equipment
- 34928510 - Street-lighting columns
- 34992000 - Signs and illuminated signs
- 34992100 - Illuminated traffic signs
- 34993100
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- Tunnel lighting - 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45310000 - Electrical installation work
- 45316110 - Installation of road lighting equipment
- 45316211 - Installation of illuminated road signs
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232100 - Street-lighting maintenance services
- 50232110 - Commissioning of public lighting installations
Delivery regions
- UKD - North West (England)
Lot value (estimated)
84399331 GBP Excluding VAT
101279197 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Signs & Lighting (South East)
Lot number: 11/SE Description
This Lot (11/SE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of:
• road lighting and
• traffic signs and other highway electrical equipment (excluding roadside technology assets).
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of section above,
· pre-construction services,
· elements of supplier design,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· the management of network occupancy,
· temporary works,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
CPV classifications
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31500000 - Lighting equipment and electric lamps
- 31523000 - Illuminated signs and nameplates
- 31530000 - Parts of lamps and lighting equipment
- 34928500 - Street-lighting equipment
- 34928510 - Street-lighting columns
- 34992000 - Signs and illuminated signs
- 34992100 - Illuminated traffic signs
- 34993100 - Tunnel lighting
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45310000 - Electrical installation work
- 45316110 - Installation of road lighting equipment
- 45316211 - Installation of illuminated road signs
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232100 - Street-lighting maintenance services
- 50232110 - Commissioning of public lighting installations
Delivery regions
- UKJ - South East (England)
Lot value (estimated)
31140529 GBP Excluding VAT
37368635 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Signs & Lighting (South West)
Lot number: 11/SW Description
This Lot (11/SW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of:
• road lighting and
• traffic signs and other highway electrical equipment (excluding roadside technology assets).
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of section above,
· pre-construction services,
· elements of supplier design,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· the management of network occupancy,
· temporary works,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
CPV classifications
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- 31500000 - Lighting equipment and electric lamps
- 31523000 - Illuminated signs and nameplates
- 31530000 - Parts of lamps and lighting equipment
- 34928500 - Street-lighting equipment
- 34928510 - Street-lighting columns
- 34992000 - Signs and illuminated signs
- 34992100 - Illuminated traffic signs
- 34993100 - Tunnel lighting
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45310000 - Electrical installation work
- 45316110 - Installation of road lighting equipment
- 45316211 - Installation of illuminated road signs
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232100 - Street-lighting maintenance services
- 50232110 - Commissioning of public lighting installations
Delivery regions
- UKK - South West (England)
Lot value (estimated)
10603175 GBP Excluding VAT
12723810 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Signs & Lighting (Midlands)
Lot number: 11/M Description
This Lot (11/M) covers the supply of materials, plant, products and people for the installation, removal and commissioning of:
• road lighting and
• traffic signs and other highway electrical equipment (excluding roadside technology assets).
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of section above,
· pre-construction services,
· elements of supplier design,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· the management of network occupancy,
· temporary works,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
CPV classifications
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31500000 - Lighting equipment and electric lamps
- 31523000 - Illuminated signs and nameplates
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- 31530000 - Parts of lamps and lighting equipment
- 34928500 - Street-lighting equipment
- 34928510 - Street-lighting columns
- 34992000 - Signs and illuminated signs
- 34992100 - Illuminated traffic signs
- 34993100 - Tunnel lighting
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45310000 - Electrical installation work
- 45316110 - Installation of road lighting equipment
- 45316211 - Installation of illuminated road signs
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232100 - Street-lighting maintenance services
- 50232110 - Commissioning of public lighting installations
Delivery regions
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Lot value (estimated)
90000000 GBP Excluding VAT
108000000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Signs & Lighting (East of England)
Lot number: 11/E Description
This Lot (11/E) covers the supply of materials, plant, products and people for the installation, removal and commissioning of:
• road lighting and
• traffic signs and other highway electrical equipment (excluding roadside technology assets).
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of section above,
· pre-construction services,
· elements of supplier design,
· the provision of welfare facilities,
· undertaking the principal contractor role as required by the Client,
· the management of network occupancy,
· temporary works,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
CPV classifications
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31500000 - Lighting equipment and electric lamps
- 31523000 - Illuminated signs and nameplates
- 31530000 - Parts of lamps and lighting equipment
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- 34928500 - Street-lighting equipment
- 34928510 - Street-lighting columns
- 34992000 - Signs and illuminated signs
- 34992100 - Illuminated traffic signs
- 34993100 - Tunnel lighting
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45310000 - Electrical installation work
- 45316110 - Installation of road lighting equipment
- 45316211 - Installation of illuminated road signs
- 50000000 - Repair and maintenance services
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 50232100 - Street-lighting maintenance services
- 50232110 - Commissioning of public lighting installations
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
Lot value (estimated)
55512576 GBP Excluding VAT
66615091 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Vehicle Restraint Systems / Road Restraint Systems (North East)
Lot number: 12/NE Description
This Lot (12/NE) covers the supply of materials, plant and people for the:
• installation and removal of road restraint systems (vehicle and pedestrian),
• installation and repair of non-concrete bridge parapets,
• push tests of existing road restraint systems,
• temporary works and
• installation and removal of highway fencing and environmental barrier.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
CPV classifications
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45233310 - Foundation work for highways
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Delivery regions
- UKC - North East (England)
Lot value (estimated)
66825000 GBP Excluding VAT
80190000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Vehicle Restraint Systems / Road Restraint Systems (North West)
Lot number: 12/NW Description
This Lot (12/NW) covers the supply of materials, plant and people for the:
installation and removal of road restraint systems (vehicle and pedestrian),
• installation and repair of non-concrete bridge parapets,
• push tests of existing road restraint systems,
• temporary works and
• installation and removal of highway fencing and environmental barrier.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
CPV classifications
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45233310 - Foundation work for highways
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Delivery regions
- UKD - North West (England)
Lot value (estimated)
22221836 GBP Excluding VAT
26666203 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Vehicle Restraint Systems / Road Restraint Systems (South East)
Lot number: 12/SE Description
This Lot (12/SE) covers the supply of materials, plant and people for the:
installation and removal of road restraint systems (vehicle and pedestrian),
• installation and repair of non-concrete bridge parapets,
• push tests of existing road restraint systems,
• temporary works and
• installation and removal of highway fencing and environmental barrier.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
CPV classifications
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45233310 - Foundation work for highways
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Delivery regions
- UKJ - South East (England)
Lot value (estimated)
61257957 GBP Excluding VAT
73509548 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Vehicle Restraint Systems / Road Restraint Systems (South West)
Lot number: 12/SW Description
This Lot (12/SW) covers the supply of materials, plant and people for the:
installation and removal of road restraint systems (vehicle and pedestrian),
• installation and repair of non-concrete bridge parapets,
• push tests of existing road restraint systems,
• temporary works and
• installation and removal of highway fencing and environmental barrier.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
CPV classifications
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45233310 - Foundation work for highways
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Delivery regions
- UKK - South West (England)
Lot value (estimated)
41738486 GBP Excluding VAT
50086183 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Vehicle Restraint Systems / Road Restraint Systems (Midlands)
Lot number: 12/M Description
This Lot (12/M) covers the supply of materials, plant and people for the:
installation and removal of road restraint systems (vehicle and pedestrian),
• installation and repair of non-concrete bridge parapets,
• push tests of existing road restraint systems,
• temporary works and
• installation and removal of highway fencing and environmental barrier.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
CPV classifications
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141 - Road-maintenance works
- 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45233310 - Foundation work for highways
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Delivery regions
- UKG - West Midlands (England)
- UKF - East Midlands (England)
Lot value (estimated)
66000000 GBP Excluding VAT
79200000 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Vehicle Restraint Systems / Road Restraint Systems (East of England)
Lot number: 12/E Description
This Lot (12/E) covers the supply of materials, plant and people for the:
installation and removal of road restraint systems (vehicle and pedestrian),
• installation and repair of non-concrete bridge parapets,
• push tests of existing road restraint systems,
• temporary works and
• installation and removal of highway fencing and environmental barrier.
Other duties
This Lot also includes the following activities:
· the delivery and management of works associated with or ancillary to the activities set out in above,
· design of their works (optional)
· Framework Mobilisation,
· mobilisation for the purpose of above,
· pre-construction services,
· undertaking the principal contractor role as required by the Client,
· the provision of welfare facilities,
· the management of network occupancy,
· community and
· the provision of Urgent Works.
The procurement procedure for this Lot will be Process 2.
The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
CPV classifications
- 34928100 - Crash barriers
- 34928110 - Road barriers
- 34928300 - Safety barriers
- 45000000 - Construction work
- 45213310 - Construction work for buildings relating to road transport
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233141
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact
- Road-maintenance works - 45233150 - Traffic-calming works
- 45233280 - Erection of road-barriers
- 45233310 - Foundation work for highways
- 45340000 - Fencing, railing and safety equipment installation work
- 50000000 - Repair and maintenance services
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71322000 - Engineering design services for the construction of civil engineering works
Lot value (estimated)
33307545 GBP Excluding VAT
39969054 GBP Including VAT
Criteria used to select suppliers to tender for this lot
true
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
15 September 2027, 00:00AM
Contract end date (estimated)
15 September 2035, 23:59PM
Does the lot include options?
Yes
Description of options
National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Description of how multiple lots may be awarded
Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)
Participation
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Conditions of Participation Guidance document.
Conditions of participation
Please refer to the Information Memorandum document.
Award criteria
Type: quality
Name
Quality Submission
Description
As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below.
- Health and Safety (Lot specific)
- Stakeholder Management and Collaboration (Framework level)
- Commercial (Framework level)
- Delivery (Lot specific)
- Organisation and Resources (Framework level)
- Social Value (Framework level)
Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 70
Weighting type: percentageExact
Type: price
Name
Commercial Submission
Description
As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.
Weighting: 30
Weighting type: percentageExact