Skip to main content

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

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

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

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

UK4

Scheme Delivery Framework 2

  • First published: 30 September 2025
  • Last modified: 30 September 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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

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

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0515f3
Published by:
National Highways
Authority ID:
AA81279
Publication date:
30 September 2025
Deadline date:
14 November 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

National Highways Scheme Delivery Framework 2 (SDF2) will play a pivotal role in renewing and enhancing England’s Strategic Road Network (SRN). Covering over 4,500 miles of motorways and major A roads, the SRN is a vital component of the UK’s transport infrastructure, carrying a third of all traffic and two-thirds of freight. SDF2 is designed to ensure this network remains dependable, durable, and safe, while also delivering value for money.SDF2 builds on the foundations of its predecessor frameworks - the original Scheme Delivery Framework (SDF) and the Pavement Delivery Framework (PDF). With an estimated value of £14.5 billion and a projected 8-year duration, SDF2 represents a significant investment in the future of the UK’s road infrastructure. The framework will focus on renewing and maintaining existing assets, with a strong emphasis on collaboration, standardisation, and productivity. It aims to focus spending on long-term asset improvements rather than temporary fixes, while simplifying commercial models to reduce administrative burden. SDF2 will be an enabled framework to facilitate usage by Lower Thames Crossing (LTC) and Maintenance and Response (M&R) suppliers. The new framework represents a forward-looking approach by National Highways aimed at delivering high-quality, efficient infrastructure projects that align with the evolving needs of stakeholders and road users. While the SDF has facilitated numerous successful projects across the SRN, the SDF2 is expected to build on this foundation with innovations and improvements that respond to emerging demands in safety, transport and sustainability. In late 2024, National Highways held an extensive round of preliminary market engagement, consisting of six face-to-face workshops and two online events, designed to incorporate input from the supply chain. The feedback gathered at market engagement informed the development of the SDF2 strategy, and material from the events can be found here: https://highways.sharepoint.com/:f:/s/NationalHighwaysProcurement-MaterialforExternalRelease/EjbLGgLNyFFKiYPsSEatBR4BI28Sv1e4-xZToGq2cfyZ9g?e=3Tx80E For more information on the operation of SDF2, please refer to the Information Memorandum.

Full notice text

Scope

Procurement reference

SDF2

Procurement description

National Highways Scheme Delivery Framework 2 (SDF2) will play a pivotal role in renewing and enhancing England’s Strategic Road Network (SRN). Covering over 4,500 miles of motorways and major A roads, the SRN is a vital component of the UK’s transport infrastructure, carrying a third of all traffic and two-thirds of freight. SDF2 is designed to ensure this network remains dependable, durable, and safe, while also delivering value for money.

SDF2 builds on the foundations of its predecessor frameworks - the original Scheme Delivery Framework (SDF) and the Pavement Delivery Framework (PDF). With an estimated value of £14.5 billion and a projected 8-year duration, SDF2 represents a significant investment in the future of the UK’s road infrastructure. The framework will focus on renewing and maintaining existing assets, with a strong emphasis on collaboration, standardisation, and productivity. It aims to focus spending on long-term asset improvements rather than temporary fixes, while simplifying commercial models to reduce administrative burden. SDF2 will be an enabled framework to facilitate usage by Lower Thames Crossing (LTC) and Maintenance and Response (M&R) suppliers.

The new framework represents a forward-looking approach by National Highways aimed at delivering high-quality, efficient infrastructure projects that align with the evolving needs of stakeholders and road users. While the SDF has facilitated numerous successful projects across the SRN, the SDF2 is expected to build on this foundation with innovations and improvements that respond to emerging demands in safety, transport and sustainability.

In late 2024, National Highways held an extensive round of preliminary market engagement, consisting of six face-to-face workshops and two online events, designed to incorporate input from the supply chain. The feedback gathered at market engagement informed the development of the SDF2 strategy, and material from the events can be found here: https://highways.sharepoint.com/:f:/s/NationalHighwaysProcurement-MaterialforExternalRelease/EjbLGgLNyFFKiYPsSEatBR4BI28Sv1e4-xZToGq2cfyZ9g?e=3Tx80E

For more information on the operation of SDF2, please refer to the Information Memorandum.

Main category

Works

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)

Total value (estimated, excluding VAT)

14500000000 GBP to 9087873051GBP

Contract dates (estimated)

15 September 2027, 00:00AM to 15 September 2035, 23:59PM

Is a framework being established?

Yes

Contracting authority

National Highways

Identification register:

  • GB-COH

Address 1: Bridge House, 1 Walnut Tree Close

Town/City: Guildford

Postcode: GU1 4LZ

Country: United Kingdom

Website: https://nationalhighways.co.uk

Companies House: 09346363

NUTS code: UKJ25

Email: procurement_sdf2@nationalhighways.co.uk

Organisation type: Public authority - central government

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Framework

Percentage fee charged to suppliers

0.0000%

Type of framework

Open

Maximum number of suppliers

212

Award method when using the framework

With and without reopening competition

Justification for framework term

The Framework Agreement will have a term of 8 years for the following reasons:

- The longer framework term allows our supply chain to invest in innovation, people, and equipment, giving overall best value, maximising productivity, and the ability to meet efficiency targets.

- Building collaborative relationships and understanding the different ways of working takes time (up to two years), therefore increasing the term beyond 4 years maximises that investment in time and effort within the strategic partnerships.

- Reducing the number of times the Small, Medium Enterprises (SMEs) within our supply chain need to tender provides stability and longer-term business prosperity.

- Results from Market Engagement showed that the supply chain preferred an 8-year framework over a 4 or 6-year framework for the reasons mentioned in the previous bullet points above.

Contracting authorities that may use the framework

Future Lower Thames Crossing Regulated Asset Base Vehicle and the Maintenance & Response suppliers.

Framework operation description

Please refer to the Information Memorandum. The framework will allow both award without further competition and via a competitive selection process. The procedures for award differs across Lots.

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Delivery regions

  • UKH - East of England

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions of participation

Please refer to the Information Memorandum document.

Participation

Conditions

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Delivery regions

  • UKH - East of England

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions of participation

Please refer to the Information Memorandum document.

Participation

Conditions

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions of participation

Please refer to the Information Memorandum document.

Participation

Conditions

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Delivery regions

  • UKH - East of England

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Delivery regions

  • UKH - East of England

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions of participation

Please refer to the Information Memorandum document.

Participation

Conditions

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Delivery regions

  • UKH - East of England

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Delivery regions

  • UKH - East of England

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Delivery regions

  • UKH - East of England

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Delivery regions

  • UKH - East of England

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Delivery regions

  • UKH - East of England

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Delivery regions

  • UKH - East of England

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

Economic

Conditions of participation

Please refer to the Conditions of Participation Guidance document.

Conditions

Economic

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

Contract terms and risks

Payment terms

As per the Contract documents.

Description of risks to contract performance

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.

Submission

Expression of interest deadline

14 November 2025, 17:00PM

Enquiry deadline

24 October 2025, 17:00PM

Date of award of contract

01 June 2027, 23:59PM

Submission address and any special instructions

National Highways will use an eSourcing Portal called Jaggaer in this procurement exercise. Information on how to take part in this Tender is detailed below:1. Register your company on the eSourcing portal (this is only required once):Visit - https://nationalhighways.ukp.app.jaggaer.com/ and click the link to register. Accept the terms and conditions and click 'continue' - Enter your business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password.2. Express an Interest in the tender:a. Login to the portal - Click in the 'PQQs Open to All Suppliers' area. (These are Pre-Qualification Questionnaires, aka Procurement Specific Questionnaire (PSQ) open to any registered supplier). Click on the relevant PQQ to access the content. Suppliers are advised to ensure they fully understand the PQQs they are required to complete. b. Click the 'Express Interest' button at the top of the page. This will move the PQQ into your 'My PQQs’ page (This is a secure area reserved for your projects only). You can access any attachments by clicking the 'Buyer Attachments' in the 'PQQ Details' box. You will need to complete this process on every PQQ (Lot) are you applying for. All suppliers are required to complete PQQ_105.3. Responding to the tender - Click 'My Response' under 'PQQ Details', you can 'Create Response' or 'Decline to Respond' (please give a reason if declining).You can use the 'Messages' function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the onscreen instructions to complete the PQQ. Submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance, please consult online help or contact the eTendering help desk.You should also be aware that if your bid is successful the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security. Further information will be set out in the Tender Documents. Framework dates stated are indicative and may be subject to change. National Highways reserves the right not to accept the highest scoring, or any, tender. Bidders should note that tenders are submitted at the supplier's own cost and risk. National Highways may cancel the competition or part of it for any reason, and bidders' costs will not be reimbursed. National Highways expressly reserves the right (i) not to award any contract as a result of this tendering exercise commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will National Highways be liable for any costs incurred by candidates.

Maximum number of suppliers to be invited to tender

10

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Expression of interest deadline

14 November 2025, 17:00PM

Enquiry deadline

24 October 2025, 17:00PM

Date of award of contract

01 June 2027, 23:59PM

Submission address and any special instructions

National Highways will use an eSourcing Portal called Jaggaer in this procurement exercise. Information on how to take part in this Tender is detailed below:1. Register your company on the eSourcing portal (this is only required once):Visit - https://nationalhighways.ukp.app.jaggaer.com/ and click the link to register. Accept the terms and conditions and click 'continue' - Enter your business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password.2. Express an Interest in the tender:a. Login to the portal - Click in the 'PQQs Open to All Suppliers' area. (These are Pre-Qualification Questionnaires, aka Procurement Specific Questionnaire (PSQ) open to any registered supplier). Click on the relevant PQQ to access the content. Suppliers are advised to ensure they fully understand the PQQs they are required to complete. b. Click the 'Express Interest' button at the top of the page. This will move the PQQ into your 'My PQQs’ page (This is a secure area reserved for your projects only). You can access any attachments by clicking the 'Buyer Attachments' in the 'PQQ Details' box. You will need to complete this process on every PQQ (Lot) are you applying for. All suppliers are required to complete PQQ_105.3. Responding to the tender - Click 'My Response' under 'PQQ Details', you can 'Create Response' or 'Decline to Respond' (please give a reason if declining).You can use the 'Messages' function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the onscreen instructions to complete the PQQ. Submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance, please consult online help or contact the eTendering help desk.You should also be aware that if your bid is successful the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security. Further information will be set out in the Tender Documents. Framework dates stated are indicative and may be subject to change. National Highways reserves the right not to accept the highest scoring, or any, tender. Bidders should note that tenders are submitted at the supplier's own cost and risk. National Highways may cancel the competition or part of it for any reason, and bidders' costs will not be reimbursed. National Highways expressly reserves the right (i) not to award any contract as a result of this tendering exercise commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will National Highways be liable for any costs incurred by candidates.

Maximum number of suppliers to be invited to tender

10

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
39293300 Artificial grass Artificial products
45223800 Assembly and erection of prefabricated structures Structures construction work
45223100 Assembly of metal structures Structures construction work
90912000 Blast-cleaning services for tubular structures Cleaning services
45233223 Carriageway resurfacing works Construction, foundation and surface works for highways, roads
71311000 Civil engineering consultancy services Consultative engineering and construction services
50232110 Commissioning of public lighting installations Maintenance services of public-lighting installations and traffic lights
45262300 Concrete work Special trade construction works other than roof works
71530000 Construction consultancy services Construction-related services
44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus Materials and Products
45000000 Construction work Construction and Real Estate
45221000 Construction work for bridges and tunnels, shafts and subways Engineering works and construction works
45213310 Construction work for buildings relating to road transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45247200 Construction work for dams and similar fixed structures Construction work for dams, canals, irrigation channels and aqueducts
45233131 Construction work for elevated highways Construction, foundation and surface works for highways, roads
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
34928100 Crash barriers Road furniture
73300000 Design and execution of research and development Research and development services and related consultancy services
45310000 Electrical installation work Building installation work
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
71320000 Engineering design services Engineering services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71322500 Engineering-design services for traffic installations Engineering design services for the construction of civil engineering works
45233280 Erection of road-barriers Construction, foundation and surface works for highways, roads
45340000 Fencing, railing and safety equipment installation work Building installation work
45233310 Foundation work for highways Construction, foundation and surface works for highways, roads
45233300 Foundation work for highways, roads, streets and footpaths Construction, foundation and surface works for highways, roads
45233320 Foundation work for roads Construction, foundation and surface works for highways, roads
77314100 Grassing services Grounds maintenance services
45111240 Ground-drainage work Demolition, site preparation and clearance work
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
63712200 Highway operation services Support services for road transport
31523000 Illuminated signs and nameplates Lamps and light fittings
34992100 Illuminated traffic signs Signs and illuminated signs
45316211 Installation of illuminated road signs Installation work of illumination and signalling systems
45223110 Installation of metal structures Structures construction work
45316110 Installation of road lighting equipment Installation work of illumination and signalling systems
45316213 Installation of traffic guidance equipment Installation work of illumination and signalling systems
45316212 Installation of traffic lights Installation work of illumination and signalling systems
45316210 Installation of traffic monitoring equipment Installation work of illumination and signalling systems
45112700 Landscaping work Excavating and earthmoving work
31500000 Lighting equipment and electric lamps Electrical machinery, apparatus, equipment and consumables; lighting
14213000 Macadam, tarmac and tar sands Gravel, sand, crushed stone and aggregates
45233121 Main road construction works Construction, foundation and surface works for highways, roads
50232000 Maintenance services of public-lighting installations and traffic lights Repair, maintenance and associated services related to roads and other equipment
44112000 Miscellaneous building structures Construction materials
44212320 Miscellaneous structures Structural products and parts except prefabricated buildings
45442120 Painting and protective-coating work of structures Application work of protective coatings
45442121 Painting work of structures Application work of protective coatings
31530000 Parts of lamps and lighting equipment Lighting equipment and electric lamps
44212380 Parts of structures Structural products and parts except prefabricated buildings
45233222 Paving and asphalting works Construction, foundation and surface works for highways, roads
77310000 Planting and maintenance services of green areas Horticultural services
73420000 Pre-feasibility study and technological demonstration Research and Development services on security and defence materials
72224000 Project management consultancy services Systems and technical consultancy services
45223500 Reinforced-concrete structures Structures construction work
50000000 Repair and maintenance services Other Services
50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Repair and maintenance services
50230000 Repair, maintenance and associated services related to roads and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
73210000 Research consultancy services Research and development consultancy services
45233251 Resurfacing works Construction, foundation and surface works for highways, roads
34928110 Road barriers Road furniture
45233120 Road construction works Construction, foundation and surface works for highways, roads
34922100 Road markings Road-marking equipment
34923000 Road traffic-control equipment Road equipment
45221241 Road tunnel construction work Construction work for bridges and tunnels, shafts and subways
45233141 Road-maintenance works Construction, foundation and surface works for highways, roads
45233142 Road-repair works Construction, foundation and surface works for highways, roads
45233221 Road-surface painting work Construction, foundation and surface works for highways, roads
34928300 Safety barriers Road furniture
44212317 Scaffolding structures Structural products and parts except prefabricated buildings
34992000 Signs and illuminated signs Control, safety, signalling and light equipment
34928510 Street-lighting columns Road furniture
34928500 Street-lighting equipment Road furniture
50232100 Street-lighting maintenance services Maintenance services of public-lighting installations and traffic lights
44212300 Structures and parts Structural products and parts except prefabricated buildings
44210000 Structures and parts of structures Structural products
45223000 Structures construction work Engineering works and construction works
44212120 Structures of bridges Structural products and parts except prefabricated buildings
63712000 Support services for road transport Support services for land transport
45233210 Surface work for highways Construction, foundation and surface works for highways, roads
45233220 Surface work for roads Construction, foundation and surface works for highways, roads
71356200 Technical assistance services Technical services
71631400 Technical inspection services of engineering structures Technical inspection services
71356300 Technical support services Technical services
63712700 Traffic control services Support services for road transport
63712710 Traffic monitoring services Support services for road transport
45233150 Traffic-calming works Construction, foundation and surface works for highways, roads
34972000 Traffic-flow measuring system Traffic-monitoring equipment
34970000 Traffic-monitoring equipment Miscellaneous transport equipment and spare parts
50232200 Traffic-signal maintenance services Maintenance services of public-lighting installations and traffic lights
77341000 Tree pruning Tree pruning and hedge trimming
77340000 Tree pruning and hedge trimming Horticultural services
77211600 Tree seeding Services incidental to logging
77211300 Tree-clearing services Services incidental to logging
77211400 Tree-cutting services Services incidental to logging
77211500 Tree-maintenance services Services incidental to logging
34993100 Tunnel lighting Road lights
45221248 Tunnel linings construction work Construction work for bridges and tunnels, shafts and subways
63712320 Tunnel operation services Support services for road transport
45221247 Tunnelling works Construction work for bridges and tunnels, shafts and subways
92534000 Wildlife preservation services Botanical and zoological garden services and nature reserve services
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

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

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.