Tender

Highways Professional Services Framework

  • Liverpool City Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-018137

Procurement identifier (OCID): ocds-h6vhtk-051c88 (view related notices)

Published 27 February 2026, 4:31pm



Scope

Reference

DN788248

Description

Liverpool City Council (LCC) intends to invite suppliers to tender for a new version of the Professional Services Framework (the PSF) to commence from October 2026. The current PSF is due to expire in October 2026, with LCC requiring similar services and commissions from the consultancy market to support planned delivery from October / November 2026.

The framework will be split into the following four (4) lots:

Lot 1 - Sustainable Transport Planning and Policy Advice

Lot 2 - Highways and Infrastructure Design Support Services

Lot 3 - P&P Management and NEC Contract Administration Support Services

Lot 4 - Commercial and Contract Management Support Services

Commercial tool

Establishes a framework

Total value (estimated)

  • £100,000,000 excluding VAT
  • £120,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 6 October 2026 to 5 October 2030
  • 4 years

Main procurement category

Services

CPV classifications

  • 71311210 - Highways consultancy services

Contract locations

  • UKD72 - Liverpool

Lot 1. Sustainable Transport Planning and Policy Advice

Description

The Supplier shall provide the staff, resource, technical competence and expertise for the

successful delivery of all documentation, records, approvals, outputs, drawings, designs, reports, submissions and any other documentation or services reasonably required by the Contracting Authority to finalise delivery of:

a) Feasibility studies

b) Detailed design services

all in relation to Sustainable Transport & Policy for highways for the Contracting Authority.

Further lot specific information can be found within the tender documentation.

Lot value (estimated)

  • £100,000,000 excluding VAT
  • £120,000,000 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. Highways and Infrastructure Design Support Services

Description

The Supplier shall provide Consultancy services related to highways, traffic, streets and urban design including but not limited to investigation, planning, design, operations, compliance, integration, construction and maintenance.

The services will include activities that support development of projects at various stages from feasibility and concept design to preliminary and detailed design. This will be to support delivery and operation of a range of projects including major highway improvement projects, bus priority, walking wheeling and cycling infrastructure, junction and crossing design, public realm,

landscaping and placemaking, highway maintenance and highway development control design support across different types of streets in Liverpool, including streets on the Key Route Network

(KRN).

Further information on this lot can be found in the published tender documents.

Lot value (estimated)

  • £100,000,000 excluding VAT
  • £120,000,000 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 3. P&P Management and NEC Contract Administration Support Services

Description

The Supplier shall provide the staff, resource, technical competence and expertise for the successful application of Project and Programme Management Support Services (PPMSS),

primarily to support the delivery of the Highways Capital Programme. The Highways Capital Programme being with the Sustainable Transport, Highways and Parking department (TH&P),

Liverpool City Council (LCC).

This will contribute to successful delivery of PPM best practice, with these support services contributing positively to producing and managing all documentation, records, approvals, outputs, drawings, designs, reports, contract administration, drafting, submissions and any other documentation or services reasonably required by the Contracting Authority.

The PPMSS will contribute to the various aspects of the project lifecycle, including but not limited to;

a) Feasibility Studies

b) Business Cases

c) Concept, Preliminary and Detailed Design phases of delivery

d) Client-side Project Management

e) NEC4 Project Manager, NEC Supervisor and NEC Service Manager roles, primarily where consultancy support has been commissioned by LCC TH&P and requires contract management across all relevant phases of the project lifecycle of the commission all in relation to programme management for highways for the Contracting Authority.

Further information on this lot can be found within the published tender documents.

Lot value (estimated)

  • £100,000,000 excluding VAT
  • £120,000,000 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 4. Commercial and Contract Management Support Services

Description

Commercial and Contract Management support services are required to support to assist in the successful delivery of Highways Schemes across the full range of projects under the responsibility of Transportation, Highways & Parking (TH&P). This includes, but is not limited to:

• Capital Works and Programmes:

Support all commercial, procurement, and contract management activities associated with the delivery of capital programmes of works.

• Maintenance Programmes:

Provide commercial and contractual support for ongoing maintenance works across the TH&P portfolio.

• Core Responsibilities:

o Management of all commercial aspects of projects, including cost control, forecasting, and reporting.

o Procurement support, including tender preparation, evaluation, and contract award processes.

o Contract administration and compliance monitoring throughout the project lifecycle.

o Risk and change management relating to commercial and contractual matters.

The majority of services will focus on ensuring robust commercial governance and effective contract management to enable timely and cost-efficient delivery of TH&P's capital and maintenance programmes.

Further information on this lot can be found within the published tender documents.

Lot value (estimated)

  • £100,000,000 excluding VAT
  • £120,000,000 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

1.5%

Further information about fees

The Supplier shall pay to the Authority a rebate in the amount of 1.5% of all Qualified Funds due to the Supplier in respect of Contracts called off under this Framework Agreement.

Qualified Funds shall include monies received by the Supplier from Other Contracting Bodies (that is, not LCC) under Contracts established with and for the benefit of those Other Contracting Bodies by call off under this Framework Agreement.

Framework operation description

Bidders will be shortlisted a PSQ stage, with 8 bidders being invited to progress to the ITT stage for lots 1-3 and 6 bidders being invited to progress to the ITT stage for lot 4.

At ITT stage, the award criteria weightings will be set and the highest ranked bidders on each lot will be awarded a place on the framework. The following are the number of bidders who will be awarded a place on the framework per lot:

Lot 1 - 4 bidders

Lot 2 - 4 bidders

Lot 3 - 4 bidders

Lot 4 - 3 bidders

At ITT stage, bidders will be asked to complete the provided pricing schedules which will form the basis of the framework rates.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

- All departments of Liverpool City Council including any arm's length company organisations

- Halton Borough Council, Knowsley Metropolitan Borough Council, Sefton Metropolitan Borough Council, St Helens Metropolitan Borough Council, Wirral Metropolitan Borough Council and the Liverpool City Region Combined Authority (the "LCRCA") (and each a "Local Authority") and any subsidiaries, affiliated or associated joint-venture vehicles of each Local Authority including local authority trading companies and local authority housing companies, registered providers of social housing including but not limited to a list of providers registered with the Regulator of Social Housing (RSH); and

- Transport for Liverpool City Region (TfLCR) (previously known as Merseytravel) or such other organisation as may exist in the future as the LCRCA regional transport network.

Contracting authority location restrictions

  • UKD7 - Merseyside

Participation

Particular suitability

Lot 1. Sustainable Transport Planning and Policy Advice

Lot 2. Highways and Infrastructure Design Support Services

Lot 3. P&P Management and NEC Contract Administration Support Services

Lot 4. Commercial and Contract Management Support Services

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

26 June 2026, 12:00pm

Submission type

Tenders

Tender submission deadline

8 July 2026, 12:00pm

Submission address and any special instructions

All submissions must be made via ProContract where the full suite of tender documents can be accessed. Link to the advert on ProContract is below, or alternatively bidders can find this opportunity on ProContract using the reference DN788248.

https://procontract.due-north.com/Procurer/Advert/View?advertId=9c7f4099-f413-f111-813c-005056b64545&fromAdvertEvent=True

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

2 September 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 70%
Price Price 30%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Stage 1: PSQ Stage

PSQ Documents are issued to anyone who wishes to participate. The PSQ assesses the Conditions of Participation (CoP) and a selection of lot specific "quality" questions based on previous experience which each have individual weightings to total 100%.

The 8 highest ranked bidders for Lots 1 - 3 will be shortlisted and invited to progress to the second stage. The 6 highest ranked bidders for Lot 4 will be shortlisted and invited to progress to the second stage.

Stage 2: ITT Stage

Assesses Quality and Price based on their relative percentage (%) weighting. The overall highest ranked bidders will be awarded a place on the framework. The numbers of bidders to be awarded a place on the framework per lot are as follows:

Lot 1 - 4 suppliers

Lot 2 - 4 suppliers

Lot 3 - 4 suppliers

Lot 4 - 3 suppliers

Full description of the competition can be found within the published tender documents.


Documents

Associated tender documents

https://procontract.due-north.com/Procurer/Advert/View?advertId=9c7f4099-f413-f111-813c-005056b64545&fromAdvertEvent=True

Documents to be provided after the tender notice

https://procontract.due-north.com/Home/About

The opportunity can be found using the reference DN788248


Contracting authority

Liverpool City Council

  • Public Procurement Organisation Number: PRVY-7813-WLPG

Cunard Building

Liverpool

L3 1DS

United Kingdom

Region: UKD72 - Liverpool

Organisation type: Public authority - sub-central government