Contract

Legacy Concrete Roads Reconstruction Framework

  • National Highways

F03: Contract award notice

Notice identifier: 2026/S 000-019207

Procurement identifier (OCID): ocds-h6vhtk-04d58e (view related notices)

Published 3 March 2026, 5:16pm



Section one: Contracting authority

one.1) Name and addresses

National Highways

Woodlands, Manton Lane

Bedford

MK41 7LW

Email

legacyconcreteroads@nationalhighways.co.uk

Telephone

+44 12345678

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://nationalhighways.co.uk/

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 have awarded 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 is six years in duration to ensure alignment to and coverage of the RIS3 funding period (2026-31) but also to overlap with the beginning of RIS4 (2031-36) 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.

Works will be allocated as per the Framework Information document.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £968,000,000

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 have awarded 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 is six years in duration to ensure alignment to and coverage of the RIS3 funding period (2026-31) but also to overlap with the beginning of RIS4 (2031-36) 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.

Works will be allocated as per the Framework Information document.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40%

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 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

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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-002291


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 February 2026

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Kier Transportation Limited

2nd Floor, Optimum House, Clippers Quay

Salford

M50 3XP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £968,000,000


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 February 2026

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

John Graham Construction Ltd

5 Ballygowan Road

Hillsborough

BT26 6HX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £968,000,000


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 February 2026

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

John Sisk and Son Ltd

1 Curo Park, Frogmore

St Albans

AL2 2DD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £968,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

National Highways

Woodlands, Manton Lane

Bedford

MK41 7LW

Email

legacyconcreteroads@nationalhighways.co.uk

Telephone

+44 12345678

Country

United Kingdom

Internet address

https://nationalhighways.co.uk/