Section one: Contracting authority
one.1) Name and addresses
National Highways
Woodlands, Manton Lane
Bedford
MK41 7LW
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
legacyconcreteroads@nationalhighways.co.uk
Telephone
+44 12345678
Country
United Kingdom