Contract

Liverpool City Region Combined Authority - Rapid Transit Commission

  • Liverpool City Region Combined Authority

UK7: Contract details notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-004947

Procurement identifier (OCID): ocds-h6vhtk-05a036 (view related notices)

Published 20 January 2026, 3:45pm



Scope

Reference

DN790046

Description

Liverpool City Region Combined Authority - Framework for Rapid Transit Commission

Background

The Liverpool City Region Combined Authority is seeking to develop and implement Rapid Transit as an integral element of its public transport network.

The development of such a network is linked to broader strategic objectives, including:

• helping to support growth and productivity, and

• enhancing connectivity, and complementing existing and future bus, rail and active travel opportunities, and

• reducing congestion and significantly contributing to air quality and net zero agendas.

About this commission

This commission is to seek consultancy support for the business case work for Rapid Transit through a framework. This will cover a staged series of work, from early options appraisal through to Full Business Case (FBC).

Liverpool City Region Combined are seeking to award a single supplier to a framework for the purpose of delivering this initial phase of works and supporting phases and any other additional in scope work needed for delivering this project.

Commercial tool

Establishes a framework


Framework

Maximum percentage fee charged to suppliers

0%

Framework operation description

All bidders were issued with a comprehensive scope of works and programme for Phase 1 of the Rapid Transport Commission (LCRCA requirement). This documentation clearly defined the outputs, assumptions, constraints, and delivery timescales to ensure a consistent basis for pricing across all submissions.

Bidders were requested to submit a commercial response comprising two key elements:

A fixed price for Phase 1, based on the defined scope and programme of works.

A detailed rate card for future works, intended to support the establishment of a framework-style call-off arrangement for subsequent phases or related commissions.

Price Determination

Prices for Phase 1 were determined by bidders based on their assessment of the scope, programme, resource requirements, overheads, risk allowances, and profit margins. The fixed price submission was required to fully cover delivery of Phase 1 in accordance with the issued requirements.

The rate card for future works was submitted using a prescribed format to ensure comparability. Rates were requested for defined roles, disciplines, and activities, allowing LCRCA to:

Benchmark rates across bidders

Assess value for money

Ensure transparency and consistency for future call-off commissions

All pricing submissions were checked for arithmetic accuracy, completeness, and compliance with the requested commercial structure.

Evaluation and Selection Process

The award of contract was determined through a competitive evaluation process, assessing both cost and quality in accordance with the stated procurement criteria.

Phase 1 pricing was evaluated on the basis of value for money, affordability, and alignment with the issued scope and programme.

Rate cards were evaluated to assess competitiveness, clarity, and suitability for use within a framework call-off arrangement, including consideration of long-term cost certainty and flexibility for future works.

Only bids that were deemed commercially compliant and technically acceptable were taken forward for final evaluation.

The successful bidder was selected on the basis of achieving the most economically advantageous tender, balancing the cost of Phase 1 delivery with the robustness and competitiveness of the proposed rate card for future commissions.

Contract Award and Future Call-Offs

The Phase 1 contract was awarded as a standalone commission, with the agreed rate card forming the basis for any future call-off works under a framework-style arrangement. Future commissions will be instructed using the pre-agreed rates, subject to scope confirmation and budget approval, ensuring:

Transparency in pricing

Speed of mobilisation

Ongoing value for money

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Establishing party only


Contract 1. Liverpool City Region Combined Authority - Rapid Transit Commission

Supplier

Contract value

  • £3,200,000 excluding VAT
  • £4,000,000 including VAT

Above the relevant threshold

Date signed

19 November 2025

Contract dates

  • 20 November 2025 to 31 March 2028
  • 2 years, 4 months, 11 days

Main procurement category

Services

CPV classifications

  • 71311200 - Transport systems consultancy services

Contract locations

  • UKD72 - Liverpool

Signed contract documents

Rapid Transit Consultancy Single Party Framework Agreement-FINAL .pdf


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Supplier

MOTT MACDONALD LIMITED

  • Companies House: 01243967
  • Public Procurement Organisation Number: PMRR-1398-DNDL

10 Fleet Place

London

EC4M 7RB

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Liverpool City Region Combined Authority - Rapid Transit Commission


Contracting authority

Liverpool City Region Combined Authority

  • Public Procurement Organisation Number: PNDZ-8253-CJJM

1 Mann Island

Liverpool

L3 1BP

United Kingdom

Region: UKD72 - Liverpool

Organisation type: Public authority - sub-central government