Scope
Reference
400-NYH-OO
Description
NY Highways Limited (NYH) wishes to appoint a Framework Contract.
The Framework will be used to select suitable Suppliers to carry out civil engineering works on behalf of NYH and others.
The works awarded under this Framework Contract will predominantly take place on bridges and highway network. On occasion, there may be a requirement for other types of civil engineering works including works under Highways Act Section 38 and Section 278 and works off the public highway. Potential works may include, but are not limited to, resurfacing, reconstruction, slurry sealing, drainage works, kerbing, repairs to bridges, retaining walls and culverts, and any other related activity.
2 Lots
Lot 1: £0-£100k
Lot 2: £100k+
Commercial tool
Establishes a framework
Total value (estimated)
- £25,000,000 excluding VAT
- £30,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2030
- 4 years
Main procurement category
Works
CPV classifications
- 45200000 - Works for complete or part construction and civil engineering work
Contract locations
- UKE2 - North Yorkshire
Lot 1. Lot 1: £0 - £100k
Description
Civils Up to £100k
It is anticipated that the number of Suppliers per lot is as follows:
• Lot 1: Unlimited with a minimum quality threshold of 34%
NY Highways Limited (NYH) wishes to appoint a Framework Contract from the 01 April 2026 and 31 March 2030. The works awarded under this Framework Contract will predominantly take place on bridges and highway network. On occasion, there may be a requirement for other types of civil engineering works including works under Highways Act Section 38 and Section 278 and works off the public highway. Potential works may include, but are not limited to, resurfacing, reconstruction, slurry sealing, drainage works, kerbing, repairs to bridges, retaining walls and culverts, and any other related activity.
Lot value (estimated)
- £25,000,000 excluding VAT
- £30,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Lot 2: £100k +
Description
Civils £100k +
It is anticipated that the number of Suppliers per lot is as follows:
• Lot 2: up to 10 suppliers
NY Highways Limited (NYH) wishes to appoint a Framework Contract from the 01 April 2026 and 31 March 2030. The works awarded under this Framework Contract will predominantly take place on bridges and highway network. On occasion, there may be a requirement for other types of civil engineering works including works under Highways Act Section 38 and Section 278 and works off the public highway. Potential works may include, but are not limited to, resurfacing, reconstruction, slurry sealing, drainage works, kerbing, repairs to bridges, retaining walls and culverts, and any other related activity.
Lot value (estimated)
- £25,000,000 excluding VAT
- £30,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
As listed within the following tender documents:
• CECF2026 Volume 1 NEC4 Framework Contract
• CECF2026 Volume 2 Framework Information
• CECF2026 Volume 3 - CAS Selection & Award Questionnaire - Lot 1 and Lot 2
• CECF2026 Volume 4 Pricing Submission
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
• NY Highways
• City of York Council (www.york.gov.uk)
• The North Yorkshire Council (www.northyorks.gov.uk/)
• Any Contracting Authority created as a wholly owned subsidiary of the above Local Authorities
Participation
Legal and financial capacity conditions of participation
Lot 1. Lot 1: £0 - £100k
Lot 2. Lot 2: £100k +
Financial Selection Criteria - Q17 Threshold
This question will be used to assess the overall financial stability of your organisation. The threshold is met when confirmation is given that the applicable financial information will be provided if successfully awarded a contract and that this information demonstrates that the Contractor is financial stable.
In assessing an organisation's financial stability, the Authorities will review the accounts and any relevant accompanying financial information submitted. They will calculate profit and working capital ratios and net worth and review turnover levels, observing trends over recent years.
Financial references and internal credit checks will be undertaken to analyse your organisation's financial position and determine the level of risk it would represent to the Authority, having regard to the contract requirement and value, criticality and the nature of the market. The assessment of risk is based on sound business judgement rather than just a mechanistic application of financial formulae. If the Authority deems the financial position of the organisation to be acceptable, the threshold is passed.
Depending on timescales, further financial checks may be carried out by the Authority between receipt of tenders and contract award which may impact on the contract award decision.
Insurance Selection Criteria - Q18 to Q19 Threshold
The threshold is met when the minimum cover noted for each insurance type is provided and the request information is provided. If your cover is less than the minimum indicated you will need to confirm that you would be willing and capable of increasing your level of cover accordingly if awarded the contract in order to pass the threshold.
Technical ability conditions of participation
Lot 1. Lot 1: £0 - £100k
Lot 2. Lot 2: £100k +
Completion of all sections the CAS selection and award questionnaire
Particular suitability
Lot 1. Lot 1: £0 - £100k
Lot 2. Lot 2: £100k +
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
6 February 2026, 12:00pm
Tender submission deadline
13 February 2026, 12:00pm
Submission address and any special instructions
YORtender 100106231
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
17 March 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | Lot 1: Risk Management 10% Public Engagement 20% Construction Phase Plan 20% Programme of Works 20% Lot 2: Risk Management 10% Public Engagement 10% Construction Phase Plan 10% Programme of Works 10% Phasing... |
Quality | 70% |
| Framework Capped Percentages & Theoretical compensation event | Price | 20% | |
| Framework Capped People Rates | Price | 10% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
NY HIGHWAYS LIMITED
- Companies House: 12220433
- Public Procurement Organisation Number: PLHP-4415-QGPR
County Hall
Northallerton
DL7 8AD
United Kingdom
Email: NYHCommercial@nyhighways.co.uk
Website: https://nyhighways.co.uk/
Region: UKE22 - North Yorkshire CC
Organisation type: Public undertaking (commercial organisation subject to public authority oversight)
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
The North Yorkshire Council
Summary of their role in this procurement: Procurement
- Public Procurement Organisation Number: PNXY-8263-XCNL
County Hall, Racecourse Lane
Northallerton
DL7 8AD
United Kingdom
Email: procurement@northyorks.gov.uk
Website: https://www.northyorks.gov.uk/
Region: UKE22 - North Yorkshire CC