Tender

Legacy Concrete Roads Reconstruction Framework

  • National Highways

F02: Contract notice

Notice identifier: 2025/S 000-002291

Procurement identifier (OCID): ocds-h6vhtk-04d58e

Published 22 January 2025, 4:33pm



Section one: Contracting authority

one.1) Name and addresses

National Highways

Woodlands, Manton Lane

Bedford

MK41 7LW

Email

legacyconcreteroads@nationalhighways.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://nationalhighways.co.uk/

one.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Legacy Concrete Roads Reconstruction Framework

two.1.2) Main CPV code

  • 45233000 - Construction, foundation and surface works for highways, roads

two.1.3) Type of contract

Works

two.1.4) Short description

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

The framework scope for the LCRR framework includes:

• design and subsequent construction services for:

- demolition of existing concrete pavements,

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

• design and delivery of associated temporary traffic management solutions,

• when instructed:

- involvement in optioneering,

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

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

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

• carbon capture recording and reporting,

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

• engagement with all identified stakeholders, and

• identification, recording and realisation of programme efficiencies.

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

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

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

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

two.1.5) Estimated total value

Value excluding VAT: £968,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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

The framework scope for the LCRR framework includes:

• design and subsequent construction services for:

- demolition of existing concrete pavements,

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

• design and delivery of associated temporary traffic management solutions,

• when instructed:

- involvement in optioneering,

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

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

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

• carbon capture recording and reporting,

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

• engagement with all identified stakeholders, and

• identification, recording and realisation of programme efficiencies.

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

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

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

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

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

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

As stated in the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Please see the description of the framework for the justification.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

5 March 2025

Local time

3:00pm

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

English

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

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

four.2.7) Conditions for opening of tenders

Date

5 March 2025

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

National Highways

Woodlands, Manton Lane

Bedford

MK41 7LW

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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