Scope
Description
The proposed works covered under the Highways Capital Improvement Projects Term Contract typically but not exhaustively include:
• New kerbing and footway works.
• Carriageway realignment, reconstruction, planing and surfacing works.
• Junction improvement works.
• Traffic Signal Junctions and Controlled Crossings (Puffin, Toucan and Pegasus etc)
• Installation of Bus Stops and pedestrian crossing point to DDA standards.
• Provisions for cycling.
• Installation of street furniture
• Traffic calming features
• Drainage works
• Vegetation removal
Site-specific details will be issued with the individual works packages.
The contract has no guaranteed quantities, works orders will fluctuate according to demand and available budget.
The contract does not form a monopoly arrangement. The Council can at any time choose to place orders for works or services covered by this contract with other suppliers of such works or services. Placing of orders for items outside the contract will be entirely at the discretion of the Council and its officers and the Council will not be bound to account for any such decisions to the contractor. The Council is not committed to any maximum or minimum expenditure through the Agreement, and does not commit to maintaining current, or any level of spending. Any indicated Agreement value is based on historic data and subject to fluctuation both through demand and budgetary variation, figures are provided for illustrative purposes only.
No undertaking is given as to the minimum or maximum volume of work and/or spends under this Contract.
Total value (estimated)
- £8,000,000 excluding VAT
- £9,600,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 6 August 2026 to 5 August 2029
- Possible extension to 5 August 2030
- 4 years
Description of possible extension:
1 x 12 month extension - 6th August 2029 to 5th August 2030 to be given at the discretion of the Council
Main procurement category
Works
CPV classifications
- 45233100 - Construction work for highways, roads
Contract locations
- UKD71 - East Merseyside
Justification for not using lots
This is a contract where works are called off when required. There is no formal programme of future requirements so unable to lot as specific needs are unknown.
There is insufficient known work in each discipline to lot the contract.
Participation
Legal and financial capacity conditions of participation
Please refer to the procurement documents at www.The-Chest.org.uk for details
Technical ability conditions of participation
Please refer to the procurement documents at www.The-Chest.org.uk for details
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Tender submission deadline
10 December 2025, 3:00pm
Submission address and any special instructions
Important Supplier Registration Requirement
In line with the Procurement Act 2023, the Council cannot consider any bid from a supplier who has not registered on the Central Digital Platform (CDP) (also known as the enhanced Find a Tender Service), which went live on 24 February 2025.
Registration is mandatory for participation in this tender process.
Suppliers must ensure they are registered and have submitted their core supplier information via the CDP prior to submitting a bid.
To register and access guidance, please visit: The Central Digital Platform - Factsheet (HTML) - GOV.UK
How to Access the Tender Documentation
To access the Invitation to Tender documentation and requirements, and to register your interest in this opportunity please visit the Council's e-tendering portal:
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 June 2026
Recurring procurement
Publication date of next tender notice (estimated): 15 October 2029
Award criteria
| Name | Type | Weighting |
|---|---|---|
| QUALITY | Quality | 60% |
| PRICE | Price | 40% |
Other information
Payment terms
Please refer to the procurement documents at www.The-Chest.org.uk for details
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Halton Borough Council
- Public Procurement Organisation Number: PLTJ-1788-CBLR
Municipal Building
Widnes
WA8 7QF
United Kingdom
Region: UKD71 - East Merseyside
Organisation type: Public authority - sub-central government