Buyer Name: National Highways
Buyer Address: Bridge House, 1 Walnut Tree Close, Guildford, UKJ25, GU1 4LZ, United Kingdom
Contact Email: procurement_sdf2@nationalhighways.co.uk
Buyer Name: National Highways
Buyer Address: Bridge House, 1 Walnut Tree Close, Guildford, UKJ25, GU1 4LZ, United Kingdom
Contact Email: procurement_sdf2@nationalhighways.co.uk
National Highways Scheme Delivery Framework 2 (SDF2) will play a pivotal role in renewing and enhancing England’s Strategic Road Network (SRN). Covering over 4,500 miles of motorways and major A roads, the SRN is a vital component of the UK’s transport infrastructure, carrying a third of all traffic and two-thirds of freight. SDF2 is designed to ensure this network remains dependable, durable, and safe, while also delivering value for money. SDF2 builds on the foundations of its predecessor frameworks - the original Scheme Delivery Framework (SDF) and the Pavement Delivery Framework (PDF). With an estimated value of £14.5 billion and a projected 8-year duration, SDF2 represents a significant investment in the future of the UK’s road infrastructure. The framework will focus on renewing and maintaining existing assets, with a strong emphasis on collaboration, standardisation, and productivity. It aims to focus spending on long-term asset improvements rather than temporary fixes, while simplifying commercial models to reduce administrative burden. SDF2 will be an enabled framework to facilitate usage by Lower Thames Crossing (LTC) and Maintenance and Response (M&R) suppliers. The new framework represents a forward-looking approach by National Highways aimed at delivering high-quality, efficient infrastructure projects that align with the evolving needs of stakeholders and road users. While the SDF has facilitated numerous successful projects across the SRN, the SDF2 is expected to build on this foundation with innovations and improvements that respond to emerging demands in safety, transport and sustainability. In late 2024, National Highways held an extensive round of preliminary market engagement, consisting of six face-to-face workshops and two online events, designed to incorporate input from the supply chain. The feedback gathered at market engagement informed the development of the SDF2 strategy, and material from the events can be found here: https://highways.sharepoint.com/:f:/s/NationalHighwaysProcurement-MaterialforExternalRelease/EjbLGgLNyFFKiYPsSEatBR4BI28Sv1e4-xZToGq2cfyZ9g?e=3Tx80E For more information on the operation of SDF2, please refer to the Information Memorandum.
External Link: https://www.find-tender.service.gov.uk/Notice/060400-2025
Link Description: Tender notice on Find a Tender
Lot Title: Main Contractor (National)
Lot Description: This Lot 1 is for more complex Work Orders for which the Client requires a single prime supplier to both deliver (via self-delivery and sub-contracts) and manage schemes which could include any or all of the scope for other Lots (excluding the design Lots), including the option to deliver scheme(s) as design & build. The Lot covers the supply of products, materials, plant, equipment and people to carry out construction, removal activities and Framework Mobilisation. The procurement procedure for this Lot will be Process 1.
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 1 Value: GBP 1,551,203,809
Lot 1 Value (Gross): GBP 1,861,444,571
Lot 1 Contract Start: 2027-09-15T00:00:00+01:00
Lot 1 Contract End: 2035-09-15T23:59:59+01:00
Lot 1 Award Criterion (quality): Quality Submission (70%)
Lot 1 Award Criterion (price): Commercial Submission (30%)
Lot Title: General Civils, Drainage & Concrete (North East)
Lot Description: This Lot (2/NE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: • highway drainage assets, • pipes, • ditches, • swales, • ponds, • the control and disposal of contaminated material, • associated technology works, • earthworks, • ducting, • kerbing, • footways, • rigid pavement, • retexturing of exposed concrete pavement, • site clearance, • brick, block and stonework, • piling, • temporary works required to ensure a safe method of working, • demolition, • structural steelworks, • reinforced earth abutments, • wingwalls, • retaining walls, • concrete, • asbestos removal (planned), • earthwork stabilisation, • counterfort drains, • soil nailing, • grounder anchors, • slope netting (rock and soil), • rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and • ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · undertaking the lead contractor role as required by any Work Order, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Lot 2/NE Status: active
Lot 2/NE Has Options: Yes
Lot 2/NE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 2/NE Value: GBP 98,100,000
Lot 2/NE Value (Gross): GBP 117,720,000
Lot 2/NE Contract Start: 2027-09-15T00:00:00+01:00
Lot 2/NE Contract End: 2035-09-15T23:59:59+01:00
Lot 2/NE Award Criterion (quality): Quality Submission (70%)
Lot 2/NE Award Criterion (price): Commercial Submission (30%)
Lot Title: General Civils, Drainage & Concrete (North West)
Lot Description: This Lot (2/NW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: • highway drainage assets, • pipes, • ditches, • swales, • ponds, • the control and disposal of contaminated material, • associated technology works, • earthworks, • ducting, • kerbing, • footways, • rigid pavement, • retexturing of exposed concrete pavement, • site clearance, • brick, block and stonework, • piling, • temporary works required to ensure a safe method of working, • demolition, • structural steelworks, • reinforced earth abutments, • wingwalls, • retaining walls, • concrete, • asbestos removal (planned), • earthwork stabilisation, • counterfort drains, • soil nailing, • grounder anchors, • slope netting (rock and soil), • rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and • ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · undertaking the lead contractor role as required by any Work Order, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Lot 2/NW Status: active
Lot 2/NW Has Options: Yes
Lot 2/NW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 2/NW Value: GBP 164,257,911
Lot 2/NW Value (Gross): GBP 197,109,493
Lot 2/NW Contract Start: 2027-09-15T00:00:00+01:00
Lot 2/NW Contract End: 2035-09-15T23:59:59+01:00
Lot 2/NW Award Criterion (quality): Quality Submission (70%)
Lot 2/NW Award Criterion (price): Commercial Submission (30%)
Lot Title: General Civils, Drainage & Concrete (South East)
Lot Description: This Lot (2/SE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: • highway drainage assets, • pipes, • ditches, • swales, • ponds, • the control and disposal of contaminated material, • associated technology works, • earthworks, • ducting, • kerbing, • footways, • rigid pavement, • retexturing of exposed concrete pavement, • site clearance, • brick, block and stonework, • piling, • temporary works required to ensure a safe method of working, • demolition, • structural steelworks, • reinforced earth abutments, • wingwalls, • retaining walls, • concrete, • asbestos removal (planned), • earthwork stabilisation, • counterfort drains, • soil nailing, • grounder anchors, • slope netting (rock and soil), • rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and • ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · undertaking the lead contractor role as required by any Work Order, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Lot 2/SE Status: active
Lot 2/SE Has Options: Yes
Lot 2/SE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 2/SE Value: GBP 255,454,445
Lot 2/SE Value (Gross): GBP 306,545,334
Lot 2/SE Contract Start: 2027-09-15T00:00:00+01:00
Lot 2/SE Contract End: 2035-09-15T23:59:59+01:00
Lot 2/SE Award Criterion (quality): Quality Submission (70%)
Lot 2/SE Award Criterion (price): Commercial Submission (30%)
Lot Title: General Civils, Drainage & Concrete (South West)
Lot Description: This Lot (2/SW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: • highway drainage assets, • pipes, • ditches, • swales, • ponds, • the control and disposal of contaminated material, • associated technology works, • earthworks, • ducting, • kerbing, • footways, • rigid pavement, • retexturing of exposed concrete pavement, • site clearance, • brick, block and stonework, • piling, • temporary works required to ensure a safe method of working, • demolition, • structural steelworks, • reinforced earth abutments, • wingwalls, • retaining walls, • concrete, • asbestos removal (planned), • earthwork stabilisation, • counterfort drains, • soil nailing, • grounder anchors, • slope netting (rock and soil), • rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and • ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · undertaking the lead contractor role as required by any Work Order, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Lot 2/SW Status: active
Lot 2/SW Has Options: Yes
Lot 2/SW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 2/SW Value: GBP 358,485,819
Lot 2/SW Value (Gross): GBP 430,182,983
Lot 2/SW Contract Start: 2027-09-15T00:00:00+01:00
Lot 2/SW Contract End: 2035-09-15T23:59:59+01:00
Lot 2/SW Award Criterion (quality): Quality Submission (70%)
Lot 2/SW Award Criterion (price): Commercial Submission (30%)
Lot Title: General Civils, Drainage & Concrete (Midlands)
Lot Description: This Lot (2/M) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: • highway drainage assets, • pipes, • ditches, • swales, • ponds, • the control and disposal of contaminated material, • associated technology works, • earthworks, • ducting, • kerbing, • footways, • rigid pavement, • retexturing of exposed concrete pavement, • site clearance, • brick, block and stonework, • piling, • temporary works required to ensure a safe method of working, • demolition, • structural steelworks, • reinforced earth abutments, • wingwalls, • retaining walls, • concrete, • asbestos removal (planned), • earthwork stabilisation, • counterfort drains, • soil nailing, • grounder anchors, • slope netting (rock and soil), • rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and • ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · undertaking the lead contractor role as required by any Work Order, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Lot 2/M Status: active
Lot 2/M Has Options: Yes
Lot 2/M Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 2/M Value: GBP 145,250,000
Lot 2/M Value (Gross): GBP 174,300,000
Lot 2/M Contract Start: 2027-09-15T00:00:00+01:00
Lot 2/M Contract End: 2035-09-15T23:59:59+01:00
Lot 2/M Award Criterion (quality): Quality Submission (70%)
Lot 2/M Award Criterion (price): Commercial Submission (30%)
Lot Title: General Civils, Drainage & Concrete (East of England)
Lot Description: This Lot (2/E) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: • highway drainage assets, • pipes, • ditches, • swales, • ponds, • the control and disposal of contaminated material, • associated technology works, • earthworks, • ducting, • kerbing, • footways, • rigid pavement, • retexturing of exposed concrete pavement, • site clearance, • brick, block and stonework, • piling, • temporary works required to ensure a safe method of working, • demolition, • structural steelworks, • reinforced earth abutments, • wingwalls, • retaining walls, • concrete, • asbestos removal (planned), • earthwork stabilisation, • counterfort drains, • soil nailing, • grounder anchors, • slope netting (rock and soil), • rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and • ‘innovative’ stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the “Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works” (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · undertaking the lead contractor role as required by any Work Order, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.
Lot 2/E Status: active
Lot 2/E Has Options: Yes
Lot 2/E Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 2/E Value: GBP 315,938,792
Lot 2/E Value (Gross): GBP 379,126,551
Lot 2/E Contract Start: 2027-09-15T00:00:00+01:00
Lot 2/E Contract End: 2035-09-15T23:59:59+01:00
Lot 2/E Award Criterion (quality): Quality Submission (70%)
Lot 2/E Award Criterion (price): Commercial Submission (30%)
Lot Title: Pavements (North East)
Lot Description: This Lot (3/NE) covers: • highway maintenance, renewal, small improvements and associated services for pavements and • the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities · the delivery and management of works with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · the delivery of incident response (rapid response), · pre-construction services, · early engagement, · community and · the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Lot 3/NE Status: active
Lot 3/NE Has Options: Yes
Lot 3/NE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 3/NE Value: GBP 444,000,000
Lot 3/NE Value (Gross): GBP 532,800,000
Lot 3/NE Contract Start: 2027-09-15T00:00:00+01:00
Lot 3/NE Contract End: 2035-09-15T23:59:59+01:00
Lot 3/NE Award Criterion (quality): Quality Submission (70%)
Lot 3/NE Award Criterion (price): Commercial Submission (30%)
Lot Title: Pavements (North West)
Lot Description: This Lot (3/NW) covers: • highway maintenance, renewal, small improvements and associated services for pavements and • the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities · the delivery and management of works with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · the delivery of incident response (rapid response), · pre-construction services, · early engagement, · community and · the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Lot 3/NW Status: active
Lot 3/NW Has Options: Yes
Lot 3/NW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 3/NW Value: GBP 404,239,320
Lot 3/NW Value (Gross): GBP 485,087,184
Lot 3/NW Contract Start: 2027-09-15T00:00:00+01:00
Lot 3/NW Contract End: 2035-09-15T23:59:59+01:00
Lot 3/NW Award Criterion (quality): Quality Submission (70%)
Lot 3/NW Award Criterion (price): Commercial Submission (30%)
Lot Title: Pavements (South East)
Lot Description: This Lot (3/SE) covers: • highway maintenance, renewal, small improvements and associated services for pavements and • the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities · the delivery and management of works with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · the delivery of incident response (rapid response), · pre-construction services, · early engagement, · community and · the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Lot 3/SE Status: active
Lot 3/SE Has Options: Yes
Lot 3/SE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 3/SE Value: GBP 312,936,681
Lot 3/SE Value (Gross): GBP 375,524,017
Lot 3/SE Contract Start: 2027-09-15T00:00:00+01:00
Lot 3/SE Contract End: 2035-09-15T23:59:59+01:00
Lot 3/SE Award Criterion (quality): Quality Submission (70%)
Lot 3/SE Award Criterion (price): Commercial Submission (30%)
Lot Title: Pavements (South West)
Lot Description: This Lot (3/SW) covers: • highway maintenance, renewal, small improvements and associated services for pavements and • the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities · the delivery and management of works with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · the delivery of incident response (rapid response), · pre-construction services, · early engagement, · community and · the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Lot 3/SW Status: active
Lot 3/SW Has Options: Yes
Lot 3/SW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 3/SW Value: GBP 292,323,882
Lot 3/SW Value (Gross): GBP 350,788,658
Lot 3/SW Contract Start: 2027-09-15T00:00:00+01:00
Lot 3/SW Contract End: 2035-09-15T23:59:59+01:00
Lot 3/SW Award Criterion (quality): Quality Submission (70%)
Lot 3/SW Award Criterion (price): Commercial Submission (30%)
Lot Title: Pavements (Midlands)
Lot Description: This Lot (3/M) covers: • highway maintenance, renewal, small improvements and associated services for pavements and • the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities · the delivery and management of works with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · the delivery of incident response (rapid response), · pre-construction services, · early engagement, · community and · the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Lot 3/M Status: active
Lot 3/M Has Options: Yes
Lot 3/M Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 3/M Value: GBP 565,000,000
Lot 3/M Value (Gross): GBP 678,000,000
Lot 3/M Contract Start: 2027-09-15T00:00:00+01:00
Lot 3/M Contract End: 2035-09-15T23:59:59+01:00
Lot 3/M Award Criterion (quality): Quality Submission (70%)
Lot 3/M Award Criterion (price): Commercial Submission (30%)
Lot Title: Pavements (East of England)
Lot Description: This Lot (3/E) covers: • highway maintenance, renewal, small improvements and associated services for pavements and • the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities · the delivery and management of works with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · undertaking the principal designer role as required by the Client (optional), · the delivery of incident response (rapid response), · pre-construction services, · early engagement, · community and · the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.
Lot 3/E Status: active
Lot 3/E Has Options: Yes
Lot 3/E Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 3/E Value: GBP 462,053,912
Lot 3/E Value (Gross): GBP 554,464,694
Lot 3/E Contract Start: 2027-09-15T00:00:00+01:00
Lot 3/E Contract End: 2035-09-15T23:59:59+01:00
Lot 3/E Award Criterion (quality): Quality Submission (70%)
Lot 3/E Award Criterion (price): Commercial Submission (30%)
Lot Title: Tunnels (National)
Lot Description: This Lot 4 covers the supply of materials, plant, equipment and people to carry out construction, commissioning, integrated commissioning, integrated testing and removal activities within and related to road tunnels, including the option to deliver scheme(s) as design & build. Scope includes but not limited to • electrical systems, • mechanical systems, • technology systems and • design and installation of temporary works. Suppliers may be provided with specialist technology assets by the Client. Other duties This Lot also includes the following activities • Framework Mobilisation, • mobilisation for the purpose of the activities set out above, • carrying out surveys, • fault finding and diagnostics, • pre-construction services, • early engagement, • undertaking the principal designer role as required by the Client, • undertaking the principal contractor role as required by the Client, • the provision of welfare facilities, • the delivery of incident response (rapid response), • the management of network occupancy, • community and • the provision of Urgent Works. The procurement procedure for this Lot will be Process 2.
Lot 4 Status: active
Lot 4 Has Options: Yes
Lot 4 Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 4 Value: GBP 28,000,000
Lot 4 Value (Gross): GBP 33,600,000
Lot 4 Contract Start: 2027-09-15T00:00:00+01:00
Lot 4 Contract End: 2035-09-15T23:59:59+01:00
Lot 4 Award Criterion (quality): Quality Submission (70%)
Lot 4 Award Criterion (price): Commercial Submission (30%)
Lot Title: Technology Design (North East, North West & Midlands)
Lot Description: This Lot (5.1/North) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: • structures, • landscaping, • pavements, • drainage, • traffic modelling, • traffic signals, • geometrical designs, • geotechnics, • technology, • lighting, • motorway communications, • environmental, • noise quality (including non-invasive surveys), • air quality (including non-invasive surveys), • vehicle restraint systems, • depots, • preparation of contract documents, • site supervision and • stakeholder engagement/consultation. Other duties This Lot also includes the following activities: · Framework Mobilisation, · framework mobilisation for the purpose of the activities set out above, · carrying out surveys (intrusive and non-intrusive), · pre-construction services, · early engagement, · undertaking the principal designer role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8
Lot 5.1/North Status: active
Lot 5.1/North Has Options: Yes
Lot 5.1/North Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 5.1/North Value: GBP 85,157,241
Lot 5.1/North Value (Gross): GBP 102,188,689
Lot 5.1/North Contract Start: 2027-09-15T00:00:00+01:00
Lot 5.1/North Contract End: 2035-09-15T23:59:59+01:00
Lot 5.1/North Award Criterion (quality): Quality Submission (70%)
Lot 5.1/North Award Criterion (price): Commercial Submission (30%)
Lot Title: Technology Design (South East, South West & East of England)
Lot Description: This Lot (5.1/South) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: • structures, • landscaping, • pavements, • drainage, • traffic modelling, • traffic signals, • geometrical designs, • geotechnics, • technology, • lighting, • motorway communications, • environmental, • noise quality (including non-invasive surveys), • air quality (including non-invasive surveys), • vehicle restraint systems, • depots, • preparation of contract documents, • site supervision and • stakeholder engagement/consultation. Other duties This Lot also includes the following activities: · Framework Mobilisation, · framework mobilisation for the purpose of the activities set out above, · carrying out surveys (intrusive and non-intrusive), · pre-construction services, · early engagement, · undertaking the principal designer role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8
Lot 5.1/South Status: active
Lot 5.1/South Has Options: Yes
Lot 5.1/South Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 5.1/South Value: GBP 80,145,931
Lot 5.1/South Value (Gross): GBP 96,175,117
Lot 5.1/South Contract Start: 2027-09-15T00:00:00+01:00
Lot 5.1/South Contract End: 2035-09-15T23:59:59+01:00
Lot 5.1/South Award Criterion (quality): Quality Submission (70%)
Lot 5.1/South Award Criterion (price): Commercial Submission (30%)
Lot Title: Design (North East)
Lot Description: This Lot (5.2/NE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: • structures, • landscaping, • pavements, • drainage, • earthworks, • traffic signals and signs, • geometrical designs, • geotechnics, • lighting, • motorway communications, • environmental, • noise quality (including non-invasive surveys), • air quality (including non-invasive surveys), • vehicle restraint systems, • depots, • preparation of contract documents, • site supervision, • stakeholder engagement/consultation • non-technology schemes that have technology design. Other duties This Lot also includes the following activities; · Framework Mobilisation, · framework mobilisation for the purpose of the activities set out in above, · carrying out surveys (intrusive and non-intrusive), · early engagement, · design validation, · undertaking the principal designer role as required by the Client, · the management of network occupancy, · undertaking the role of technical advisor as required by the Client, · undertaking the role of independent works examiner as required by the Client, · modelling services (e.g. traffic and economic), · supporting governance submissions for both the Client and DfT, · creating business cases in line with the Treasury green book requirements, · land referencing, · planning submissions including development consent orders (DCO), · the delivery of incident response (rapid response), · demobilisation, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Lot 5.2/NE Status: active
Lot 5.2/NE Has Options: Yes
Lot 5.2/NE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 5.2/NE Value: GBP 114,384,096
Lot 5.2/NE Value (Gross): GBP 137,260,915
Lot 5.2/NE Contract Start: 2027-09-15T00:00:00+01:00
Lot 5.2/NE Contract End: 2035-09-15T23:59:59+01:00
Lot 5.2/NE Award Criterion (quality): Quality Submission (70%)
Lot 5.2/NE Award Criterion (price): Commercial Submission (30%)
Lot Title: Design (North West)
Lot Description: This Lot (5.2/NW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: • structures, • landscaping, • pavements, • drainage, • earthworks, • traffic signals and signs, • geometrical designs, • geotechnics, • lighting, • motorway communications, • environmental, • noise quality (including non-invasive surveys), • air quality (including non-invasive surveys), • vehicle restraint systems, • depots, • preparation of contract documents, • site supervision, • stakeholder engagement/consultation • non-technology schemes that have technology design. Other duties This Lot also includes the following activities; · Framework Mobilisation, · framework mobilisation for the purpose of the activities set out in above, · carrying out surveys (intrusive and non-intrusive), · early engagement, · design validation, · undertaking the principal designer role as required by the Client, · the management of network occupancy, · undertaking the role of technical advisor as required by the Client, · undertaking the role of independent works examiner as required by the Client, · modelling services (e.g. traffic and economic), · supporting governance submissions for both the Client and DfT, · creating business cases in line with the Treasury green book requirements, · land referencing, · planning submissions including development consent orders (DCO), · the delivery of incident response (rapid response), · demobilisation, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Lot 5.2/NW Status: active
Lot 5.2/NW Has Options: Yes
Lot 5.2/NW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 5.2/NW Value: GBP 132,397,378
Lot 5.2/NW Value (Gross): GBP 158,876,854
Lot 5.2/NW Contract Start: 2027-09-15T00:00:00+01:00
Lot 5.2/NW Contract End: 2035-09-15T23:59:59+01:00
Lot 5.2/NW Award Criterion (quality): Quality Submission (70%)
Lot 5.2/NW Award Criterion (price): Commercial Submission (30%)
Lot Title: Design (South East)
Lot Description: This Lot (5.2/SE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: • structures, • landscaping, • pavements, • drainage, • earthworks, • traffic signals and signs, • geometrical designs, • geotechnics, • lighting, • motorway communications, • environmental, • noise quality (including non-invasive surveys), • air quality (including non-invasive surveys), • vehicle restraint systems, • depots, • preparation of contract documents, • site supervision, • stakeholder engagement/consultation • non-technology schemes that have technology design. Other duties This Lot also includes the following activities; · Framework Mobilisation, · framework mobilisation for the purpose of the activities set out in above, · carrying out surveys (intrusive and non-intrusive), · early engagement, · design validation, · undertaking the principal designer role as required by the Client, · the management of network occupancy, · undertaking the role of technical advisor as required by the Client, · undertaking the role of independent works examiner as required by the Client, · modelling services (e.g. traffic and economic), · supporting governance submissions for both the Client and DfT, · creating business cases in line with the Treasury green book requirements, · land referencing, · planning submissions including development consent orders (DCO), · the delivery of incident response (rapid response), · demobilisation, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Lot 5.2/SE Status: active
Lot 5.2/SE Has Options: Yes
Lot 5.2/SE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 5.2/SE Value: GBP 113,314,560
Lot 5.2/SE Value (Gross): GBP 135,977,472
Lot 5.2/SE Contract Start: 2027-09-15T00:00:00+01:00
Lot 5.2/SE Contract End: 2035-09-15T23:59:59+01:00
Lot 5.2/SE Award Criterion (quality): Quality Submission (70%)
Lot 5.2/SE Award Criterion (price): Commercial Submission (30%)
Lot Title: Design (South West)
Lot Description: This Lot (5.2/SW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: • structures, • landscaping, • pavements, • drainage, • earthworks, • traffic signals and signs, • geometrical designs, • geotechnics, • lighting, • motorway communications, • environmental, • noise quality (including non-invasive surveys), • air quality (including non-invasive surveys), • vehicle restraint systems, • depots, • preparation of contract documents, • site supervision, • stakeholder engagement/consultation • non-technology schemes that have technology design. Other duties This Lot also includes the following activities; · Framework Mobilisation, · framework mobilisation for the purpose of the activities set out in above, · carrying out surveys (intrusive and non-intrusive), · early engagement, · design validation, · undertaking the principal designer role as required by the Client, · the management of network occupancy, · undertaking the role of technical advisor as required by the Client, · undertaking the role of independent works examiner as required by the Client, · modelling services (e.g. traffic and economic), · supporting governance submissions for both the Client and DfT, · creating business cases in line with the Treasury green book requirements, · land referencing, · planning submissions including development consent orders (DCO), · the delivery of incident response (rapid response), · demobilisation, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Lot 5.2/SW Status: active
Lot 5.2/SW Has Options: Yes
Lot 5.2/SW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 5.2/SW Value: GBP 105,783,212
Lot 5.2/SW Value (Gross): GBP 126,939,854
Lot 5.2/SW Contract Start: 2027-09-15T00:00:00+01:00
Lot 5.2/SW Contract End: 2035-09-15T23:59:59+01:00
Lot 5.2/SW Award Criterion (quality): Quality Submission (70%)
Lot 5.2/SW Award Criterion (price): Commercial Submission (30%)
Lot Title: Design (Midlands)
Lot Description: This Lot (5.2/M) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: • structures, • landscaping, • pavements, • drainage, • earthworks, • traffic signals and signs, • geometrical designs, • geotechnics, • lighting, • motorway communications, • environmental, • noise quality (including non-invasive surveys), • air quality (including non-invasive surveys), • vehicle restraint systems, • depots, • preparation of contract documents, • site supervision, • stakeholder engagement/consultation • non-technology schemes that have technology design. Other duties This Lot also includes the following activities; · Framework Mobilisation, · framework mobilisation for the purpose of the activities set out in above, · carrying out surveys (intrusive and non-intrusive), · early engagement, · design validation, · undertaking the principal designer role as required by the Client, · the management of network occupancy, · undertaking the role of technical advisor as required by the Client, · undertaking the role of independent works examiner as required by the Client, · modelling services (e.g. traffic and economic), · supporting governance submissions for both the Client and DfT, · creating business cases in line with the Treasury green book requirements, · land referencing, · planning submissions including development consent orders (DCO), · the delivery of incident response (rapid response), · demobilisation, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Lot 5.2/M Status: active
Lot 5.2/M Has Options: Yes
Lot 5.2/M Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 5.2/M Value: GBP 74,135,000
Lot 5.2/M Value (Gross): GBP 88,962,000
Lot 5.2/M Contract Start: 2027-09-15T00:00:00+01:00
Lot 5.2/M Contract End: 2035-09-15T23:59:59+01:00
Lot 5.2/M Award Criterion (quality): Quality Submission (70%)
Lot 5.2/M Award Criterion (price): Commercial Submission (30%)
Lot Title: Design (East of England)
Lot Description: This Lot (5.2/E) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: • structures, • landscaping, • pavements, • drainage, • earthworks, • traffic signals and signs, • geometrical designs, • geotechnics, • lighting, • motorway communications, • environmental, • noise quality (including non-invasive surveys), • air quality (including non-invasive surveys), • vehicle restraint systems, • depots, • preparation of contract documents, • site supervision, • stakeholder engagement/consultation • non-technology schemes that have technology design. Other duties This Lot also includes the following activities; · Framework Mobilisation, · framework mobilisation for the purpose of the activities set out in above, · carrying out surveys (intrusive and non-intrusive), · early engagement, · design validation, · undertaking the principal designer role as required by the Client, · the management of network occupancy, · undertaking the role of technical advisor as required by the Client, · undertaking the role of independent works examiner as required by the Client, · modelling services (e.g. traffic and economic), · supporting governance submissions for both the Client and DfT, · creating business cases in line with the Treasury green book requirements, · land referencing, · planning submissions including development consent orders (DCO), · the delivery of incident response (rapid response), · demobilisation, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15
Lot 5.2/E Status: active
Lot 5.2/E Has Options: Yes
Lot 5.2/E Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 5.2/E Value: GBP 76,084,550
Lot 5.2/E Value (Gross): GBP 91,301,460
Lot 5.2/E Contract Start: 2027-09-15T00:00:00+01:00
Lot 5.2/E Contract End: 2035-09-15T23:59:59+01:00
Lot 5.2/E Award Criterion (quality): Quality Submission (70%)
Lot 5.2/E Award Criterion (price): Commercial Submission (30%)
Lot Title: Traffic Management (North East)
Lot Description: This Lot (6/NE) covers the design, supply of materials, plant and people and equipment for the: • installation, maintenance and removal of temporary traffic management, • installation, maintenance and removal of temporary safety barrier systems, • installation, maintenance and removal of temporary speed enforcement systems, • installation, maintenance and removal of temporary CCTV systems, • management of breakdown recovery services, • installation, maintenance and removal of temporary road markings and road studs and • removal of existing road markings and road studs. Other duties This Lot also includes the following activities: · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy and · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Lot 6/NE Status: active
Lot 6/NE Has Options: Yes
Lot 6/NE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 6/NE Value: GBP 215,705,999
Lot 6/NE Value (Gross): GBP 258,847,199
Lot 6/NE Contract Start: 2027-09-15T00:00:00+01:00
Lot 6/NE Contract End: 2035-09-15T23:59:59+01:00
Lot 6/NE Award Criterion (quality): Quality Submission (70%)
Lot 6/NE Award Criterion (price): Commercial Submission (30%)
Lot Title: Traffic Management (North West)
Lot Description: This Lot (6/NW) covers the design, supply of materials, plant and people and equipment for the: • installation, maintenance and removal of temporary traffic management, • installation, maintenance and removal of temporary safety barrier systems, • installation, maintenance and removal of temporary speed enforcement systems, • installation, maintenance and removal of temporary CCTV systems, • management of breakdown recovery services, • installation, maintenance and removal of temporary road markings and road studs and • removal of existing road markings and road studs. Other duties This Lot also includes the following activities: · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy and · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Lot 6/NW Status: active
Lot 6/NW Has Options: Yes
Lot 6/NW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 6/NW Value: GBP 264,841,405
Lot 6/NW Value (Gross): GBP 317,809,686
Lot 6/NW Contract Start: 2027-09-15T00:00:00+01:00
Lot 6/NW Contract End: 2035-09-15T23:59:59+01:00
Lot 6/NW Award Criterion (quality): Quality Submission (70%)
Lot 6/NW Award Criterion (price): Commercial Submission (30%)
Lot Title: Traffic Management (South East)
Lot Description: This Lot (6/SE) covers the design, supply of materials, plant and people and equipment for the: • installation, maintenance and removal of temporary traffic management, • installation, maintenance and removal of temporary safety barrier systems, • installation, maintenance and removal of temporary speed enforcement systems, • installation, maintenance and removal of temporary CCTV systems, • management of breakdown recovery services, • installation, maintenance and removal of temporary road markings and road studs and • removal of existing road markings and road studs. Other duties This Lot also includes the following activities: · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy and · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Lot 6/SE Status: active
Lot 6/SE Has Options: Yes
Lot 6/SE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 6/SE Value: GBP 158,459,324
Lot 6/SE Value (Gross): GBP 190,151,189
Lot 6/SE Contract Start: 2027-09-15T00:00:00+01:00
Lot 6/SE Contract End: 2035-09-15T23:59:59+01:00
Lot 6/SE Award Criterion (quality): Quality Submission (70%)
Lot 6/SE Award Criterion (price): Commercial Submission (30%)
Lot Title: Traffic Management (South West)
Lot Description: This Lot (6/SW) covers the design, supply of materials, plant and people and equipment for the: • installation, maintenance and removal of temporary traffic management, • installation, maintenance and removal of temporary safety barrier systems, • installation, maintenance and removal of temporary speed enforcement systems, • installation, maintenance and removal of temporary CCTV systems, • management of breakdown recovery services, • installation, maintenance and removal of temporary road markings and road studs and • removal of existing road markings and road studs. Other duties This Lot also includes the following activities: · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy and · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Lot 6/SW Status: active
Lot 6/SW Has Options: Yes
Lot 6/SW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 6/SW Value: GBP 288,897,673
Lot 6/SW Value (Gross): GBP 346,677,207
Lot 6/SW Contract Start: 2027-09-15T00:00:00+01:00
Lot 6/SW Contract End: 2035-09-15T23:59:59+01:00
Lot 6/SW Award Criterion (quality): Quality Submission (70%)
Lot 6/SW Award Criterion (price): Commercial Submission (30%)
Lot Title: Traffic Management (Midlands)
Lot Description: This Lot (6/M) covers the design, supply of materials, plant and people and equipment for the: • installation, maintenance and removal of temporary traffic management, • installation, maintenance and removal of temporary safety barrier systems, • installation, maintenance and removal of temporary speed enforcement systems, • installation, maintenance and removal of temporary CCTV systems, • management of breakdown recovery services, • installation, maintenance and removal of temporary road markings and road studs and • removal of existing road markings and road studs. Other duties This Lot also includes the following activities: · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy and · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Lot 6/M Status: active
Lot 6/M Has Options: Yes
Lot 6/M Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 6/M Value: GBP 287,900,000
Lot 6/M Value (Gross): GBP 345,480,000
Lot 6/M Contract Start: 2027-09-15T00:00:00+01:00
Lot 6/M Contract End: 2035-09-15T23:59:59+01:00
Lot 6/M Award Criterion (quality): Quality Submission (70%)
Lot 6/M Award Criterion (price): Commercial Submission (30%)
Lot Title: Traffic Management (East of England)
Lot Description: This Lot (6/E) covers the design, supply of materials, plant and people and equipment for the: • installation, maintenance and removal of temporary traffic management, • installation, maintenance and removal of temporary safety barrier systems, • installation, maintenance and removal of temporary speed enforcement systems, • installation, maintenance and removal of temporary CCTV systems, • management of breakdown recovery services, • installation, maintenance and removal of temporary road markings and road studs and • removal of existing road markings and road studs. Other duties This Lot also includes the following activities: · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · early engagement, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy and · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15
Lot 6/E Status: active
Lot 6/E Has Options: Yes
Lot 6/E Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 6/E Value: GBP 180,463,442
Lot 6/E Value (Gross): GBP 216,556,131
Lot 6/E Contract Start: 2027-09-15T00:00:00+01:00
Lot 6/E Contract End: 2035-09-15T23:59:59+01:00
Lot 6/E Award Criterion (quality): Quality Submission (70%)
Lot 6/E Award Criterion (price): Commercial Submission (30%)
Lot Title: Structures (North East)
Lot Description: This Lot (7/NE) covers the supply of materials, plant and people for the: • installation of temporary works, • application of maintenance painting systems including specialist corrosion protection systems, • removal, installation and repair of concrete on highway structures, • removal, installation and repair of concrete bridge parapets, • removal, installation and repair of bridge bearings and • remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Lot 7/NE Status: active
Lot 7/NE Has Options: Yes
Lot 7/NE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 7/NE Value: GBP 120,000,000
Lot 7/NE Value (Gross): GBP 144,000,000
Lot 7/NE Contract Start: 2027-09-15T00:00:00+01:00
Lot 7/NE Contract End: 2035-09-15T23:59:59+01:00
Lot 7/NE SME Suitable: Yes
Lot 7/NE Award Criterion (quality): Quality Submission (70%)
Lot 7/NE Award Criterion (price): Commercial Submission (30%)
Lot Title: Structures (North West)
Lot Description: This Lot (7/NW) covers the supply of materials, plant and people for the: • installation of temporary works, • application of maintenance painting systems including specialist corrosion protection systems, • removal, installation and repair of concrete on highway structures, • removal, installation and repair of concrete bridge parapets, • removal, installation and repair of bridge bearings and • remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Lot 7/NW Status: active
Lot 7/NW Has Options: Yes
Lot 7/NW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 7/NW Value: GBP 27,188,178
Lot 7/NW Value (Gross): GBP 32,625,814
Lot 7/NW Contract Start: 2027-09-15T00:00:00+01:00
Lot 7/NW Contract End: 2035-09-15T23:59:59+01:00
Lot 7/NW SME Suitable: Yes
Lot 7/NW Award Criterion (quality): Quality Submission (70%)
Lot 7/NW Award Criterion (price): Commercial Submission (30%)
Lot Title: Structures (South East)
Lot Description: This Lot (7/SE) covers the supply of materials, plant and people for the: • installation of temporary works, • application of maintenance painting systems including specialist corrosion protection systems, • removal, installation and repair of concrete on highway structures, • removal, installation and repair of concrete bridge parapets, • removal, installation and repair of bridge bearings and • remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Lot 7/SE Status: active
Lot 7/SE Has Options: Yes
Lot 7/SE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 7/SE Value: GBP 61,173,015
Lot 7/SE Value (Gross): GBP 73,407,618
Lot 7/SE Contract Start: 2027-09-15T00:00:00+01:00
Lot 7/SE Contract End: 2035-09-15T23:59:59+01:00
Lot 7/SE SME Suitable: Yes
Lot 7/SE Award Criterion (quality): Quality Submission (70%)
Lot 7/SE Award Criterion (price): Commercial Submission (30%)
Lot Title: Structures (South West)
Lot Description: This Lot (7/SW) covers the supply of materials, plant and people for the: • installation of temporary works, • application of maintenance painting systems including specialist corrosion protection systems, • removal, installation and repair of concrete on highway structures, • removal, installation and repair of concrete bridge parapets, • removal, installation and repair of bridge bearings and • remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Lot 7/SW Status: active
Lot 7/SW Has Options: Yes
Lot 7/SW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 7/SW Value: GBP 33,262,762
Lot 7/SW Value (Gross): GBP 39,915,314
Lot 7/SW Contract Start: 2027-09-15T00:00:00+01:00
Lot 7/SW Contract End: 2035-09-15T23:59:59+01:00
Lot 7/SW SME Suitable: Yes
Lot 7/SW Award Criterion (quality): Quality Submission (70%)
Lot 7/SW Award Criterion (price): Commercial Submission (30%)
Lot Title: Structures (Midlands)
Lot Description: This Lot (7/M) covers the supply of materials, plant and people for the: • installation of temporary works, • application of maintenance painting systems including specialist corrosion protection systems, • removal, installation and repair of concrete on highway structures, • removal, installation and repair of concrete bridge parapets, • removal, installation and repair of bridge bearings and • remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Lot 7/M Status: active
Lot 7/M Has Options: Yes
Lot 7/M Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 7/M Value: GBP 113,000,000
Lot 7/M Value (Gross): GBP 135,600,000
Lot 7/M Contract Start: 2027-09-15T00:00:00+01:00
Lot 7/M Contract End: 2035-09-15T23:59:59+01:00
Lot 7/M SME Suitable: Yes
Lot 7/M Award Criterion (quality): Quality Submission (70%)
Lot 7/M Award Criterion (price): Commercial Submission (30%)
Lot Title: Structures (East of England)
Lot Description: This Lot (7/E) covers the supply of materials, plant and people for the: • installation of temporary works, • application of maintenance painting systems including specialist corrosion protection systems, • removal, installation and repair of concrete on highway structures, • removal, installation and repair of concrete bridge parapets, • removal, installation and repair of bridge bearings and • remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities · the delivery and management of works associated with or ancillary to the activities set out above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15
Lot 7/E Status: active
Lot 7/E Has Options: Yes
Lot 7/E Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 7/E Value: GBP 18,504,192
Lot 7/E Value (Gross): GBP 22,205,030
Lot 7/E Contract Start: 2027-09-15T00:00:00+01:00
Lot 7/E Contract End: 2035-09-15T23:59:59+01:00
Lot 7/E SME Suitable: Yes
Lot 7/E Award Criterion (quality): Quality Submission (70%)
Lot 7/E Award Criterion (price): Commercial Submission (30%)
Lot Title: Joints & Waterproofing (North East)
Lot Description: This Lot (8/NE) covers the supply of materials, plant and people for the installation, removal of and repair work to: • highways structure expansion joints, • waterproofing systems, • associated concrete repair, • testing of existing waterproofing systems, and • installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out above · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Lot 8/NE Status: active
Lot 8/NE Has Options: Yes
Lot 8/NE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 8/NE Value: GBP 30,000,000
Lot 8/NE Value (Gross): GBP 36,000,000
Lot 8/NE Contract Start: 2027-09-15T00:00:00+01:00
Lot 8/NE Contract End: 2035-09-15T23:59:59+01:00
Lot 8/NE SME Suitable: Yes
Lot 8/NE Award Criterion (quality): Quality Submission (70%)
Lot 8/NE Award Criterion (price): Commercial Submission (30%)
Lot Title: Joints & Waterproofing (North West)
Lot Description: This Lot (8/NW) covers the supply of materials, plant and people for the installation, removal of and repair work to: • highways structure expansion joints, • waterproofing systems, • associated concrete repair, • testing of existing waterproofing systems, and • installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out above · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Lot 8/NW Status: active
Lot 8/NW Has Options: Yes
Lot 8/NW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 8/NW Value: GBP 23,714,521
Lot 8/NW Value (Gross): GBP 28,457,425
Lot 8/NW Contract Start: 2027-09-15T00:00:00+01:00
Lot 8/NW Contract End: 2035-09-15T23:59:59+01:00
Lot 8/NW SME Suitable: Yes
Lot 8/NW Award Criterion (quality): Quality Submission (70%)
Lot 8/NW Award Criterion (price): Commercial Submission (30%)
Lot Title: Joints & Waterproofing (South East)
Lot Description: This Lot (8/SE) covers the supply of materials, plant and people for the installation, removal of and repair work to: • highways structure expansion joints, • waterproofing systems, • associated concrete repair, • testing of existing waterproofing systems, and • installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out above · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Lot 8/SE Status: active
Lot 8/SE Has Options: Yes
Lot 8/SE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 8/SE Value: GBP 23,285,653
Lot 8/SE Value (Gross): GBP 27,942,784
Lot 8/SE Contract Start: 2027-09-15T00:00:00+01:00
Lot 8/SE Contract End: 2035-09-15T23:59:59+01:00
Lot 8/SE SME Suitable: Yes
Lot 8/SE Award Criterion (quality): Quality Submission (70%)
Lot 8/SE Award Criterion (price): Commercial Submission (30%)
Lot Title: Joints & Waterproofing (South West)
Lot Description: This Lot (8/SW) covers the supply of materials, plant and people for the installation, removal of and repair work to: • highways structure expansion joints, • waterproofing systems, • associated concrete repair, • testing of existing waterproofing systems, and • installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out above · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Lot 8/SW Status: active
Lot 8/SW Has Options: Yes
Lot 8/SW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 8/SW Value: GBP 17,898,001
Lot 8/SW Value (Gross): GBP 21,477,602
Lot 8/SW Contract Start: 2027-09-15T00:00:00+01:00
Lot 8/SW Contract End: 2035-09-15T23:59:59+01:00
Lot 8/SW SME Suitable: Yes
Lot 8/SW Award Criterion (quality): Quality Submission (70%)
Lot 8/SW Award Criterion (price): Commercial Submission (30%)
Lot Title: Joints & Waterproofing (Midlands)
Lot Description: This Lot (8/M) covers the supply of materials, plant and people for the installation, removal of and repair work to: • highways structure expansion joints, • waterproofing systems, • associated concrete repair, • testing of existing waterproofing systems, and • installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out above · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Lot 8/M Status: active
Lot 8/M Has Options: Yes
Lot 8/M Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 8/M Value: GBP 24,600,000
Lot 8/M Value (Gross): GBP 29,520,000
Lot 8/M Contract Start: 2027-09-15T00:00:00+01:00
Lot 8/M Contract End: 2035-09-15T23:59:59+01:00
Lot 8/M SME Suitable: Yes
Lot 8/M Award Criterion (quality): Quality Submission (70%)
Lot 8/M Award Criterion (price): Commercial Submission (30%)
Lot Title: Joints & Waterproofing (East of England)
Lot Description: This Lot (8/E) covers the supply of materials, plant and people for the installation, removal of and repair work to: • highways structure expansion joints, • waterproofing systems, • associated concrete repair, • testing of existing waterproofing systems, and • installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out above · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15
Lot 8/E Status: active
Lot 8/E Has Options: Yes
Lot 8/E Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 8/E Value: GBP 18,504,192
Lot 8/E Value (Gross): GBP 22,205,030
Lot 8/E Contract Start: 2027-09-15T00:00:00+01:00
Lot 8/E Contract End: 2035-09-15T23:59:59+01:00
Lot 8/E SME Suitable: Yes
Lot 8/E Award Criterion (quality): Quality Submission (70%)
Lot 8/E Award Criterion (price): Commercial Submission (30%)
Lot Title: Landscaping (North East)
Lot Description: This Lot (9/NE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: • weed control, • wildlife control, • ground preparation, • seeding, • turfing, • boundary fencing, • planting, • watering, • tree and shrub maintenance, • creation and management of waterbodies as and any other ecological measures and • landscape clearance. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in section above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in section above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Lot 9/NE Status: active
Lot 9/NE Has Options: Yes
Lot 9/NE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 9/NE Value: GBP 22,875,000
Lot 9/NE Value (Gross): GBP 27,450,000
Lot 9/NE Contract Start: 2027-09-15T00:00:00+01:00
Lot 9/NE Contract End: 2035-09-15T23:59:59+01:00
Lot 9/NE SME Suitable: Yes
Lot 9/NE Award Criterion (quality): Quality Submission (70%)
Lot 9/NE Award Criterion (price): Commercial Submission (30%)
Lot Title: Landscaping (North West)
Lot Description: This Lot (9/NW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: • weed control, • wildlife control, • ground preparation, • seeding, • turfing, • boundary fencing, • planting, • watering, • tree and shrub maintenance, • creation and management of waterbodies as and any other ecological measures and • landscape clearance. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in section above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in section above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Lot 9/NW Status: active
Lot 9/NW Has Options: Yes
Lot 9/NW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 9/NW Value: GBP 18,225,624
Lot 9/NW Value (Gross): GBP 21,870,749
Lot 9/NW Contract Start: 2027-09-15T00:00:00+01:00
Lot 9/NW Contract End: 2035-09-15T23:59:59+01:00
Lot 9/NW SME Suitable: Yes
Lot 9/NW Award Criterion (quality): Quality Submission (70%)
Lot 9/NW Award Criterion (price): Commercial Submission (30%)
Lot Title: Landscaping (South East)
Lot Description: This Lot (9/SE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: • weed control, • wildlife control, • ground preparation, • seeding, • turfing, • boundary fencing, • planting, • watering, • tree and shrub maintenance, • creation and management of waterbodies as and any other ecological measures and • landscape clearance. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in section above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in section above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Lot 9/SE Status: active
Lot 9/SE Has Options: Yes
Lot 9/SE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 9/SE Value: GBP 14,000,000
Lot 9/SE Value (Gross): GBP 16,800,000
Lot 9/SE Contract Start: 2027-09-15T00:00:00+01:00
Lot 9/SE Contract End: 2035-09-15T23:59:59+01:00
Lot 9/SE SME Suitable: Yes
Lot 9/SE Award Criterion (quality): Quality Submission (70%)
Lot 9/SE Award Criterion (price): Commercial Submission (30%)
Lot Title: Landscaping (South West)
Lot Description: This Lot (9/SW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: • weed control, • wildlife control, • ground preparation, • seeding, • turfing, • boundary fencing, • planting, • watering, • tree and shrub maintenance, • creation and management of waterbodies as and any other ecological measures and • landscape clearance. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in section above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in section above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Lot 9/SW Status: active
Lot 9/SW Has Options: Yes
Lot 9/SW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 9/SW Value: GBP 7,544,895
Lot 9/SW Value (Gross): GBP 9,053,874
Lot 9/SW Contract Start: 2027-09-15T00:00:00+01:00
Lot 9/SW Contract End: 2035-09-15T23:59:59+01:00
Lot 9/SW SME Suitable: Yes
Lot 9/SW Award Criterion (quality): Quality Submission (70%)
Lot 9/SW Award Criterion (price): Commercial Submission (30%)
Lot Title: Landscaping (Midlands)
Lot Description: This Lot (9/M) covers the supply of materials, plant and people to carry out landscaping and ecology works including: • weed control, • wildlife control, • ground preparation, • seeding, • turfing, • boundary fencing, • planting, • watering, • tree and shrub maintenance, • creation and management of waterbodies as and any other ecological measures and • landscape clearance. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in section above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in section above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Lot 9/M Status: active
Lot 9/M Has Options: Yes
Lot 9/M Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 9/M Value: GBP 30,000,000
Lot 9/M Value (Gross): GBP 36,000,000
Lot 9/M Contract Start: 2027-09-15T00:00:00+01:00
Lot 9/M Contract End: 2035-09-15T23:59:59+01:00
Lot 9/M SME Suitable: Yes
Lot 9/M Award Criterion (quality): Quality Submission (70%)
Lot 9/M Award Criterion (price): Commercial Submission (30%)
Lot Title: Landscaping (East of England)
Lot Description: This Lot (9/E) covers the supply of materials, plant and people to carry out landscaping and ecology works including: • weed control, • wildlife control, • ground preparation, • seeding, • turfing, • boundary fencing, • planting, • watering, • tree and shrub maintenance, • creation and management of waterbodies as and any other ecological measures and • landscape clearance. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in section above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in section above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20
Lot 9/E Status: active
Lot 9/E Has Options: Yes
Lot 9/E Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 9/E Value: GBP 14,095,284
Lot 9/E Value (Gross): GBP 16,914,341
Lot 9/E Contract Start: 2027-09-15T00:00:00+01:00
Lot 9/E Contract End: 2035-09-15T23:59:59+01:00
Lot 9/E SME Suitable: Yes
Lot 9/E Award Criterion (quality): Quality Submission (70%)
Lot 9/E Award Criterion (price): Commercial Submission (30%)
Lot Title: Road Markings (North East)
Lot Description: This Lot (10/NE) covers the supply of materials, plant and people for the installation and removal of: • highway road markings, • road studs, • installation and removal of temporary road markings and road studs, • high friction surfacing, • crack sealing and • pavement joint repair. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Lot 10/NE Status: active
Lot 10/NE Has Options: Yes
Lot 10/NE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 10/NE Value: GBP 38,991,000
Lot 10/NE Value (Gross): GBP 46,789,200
Lot 10/NE Contract Start: 2027-09-15T00:00:00+01:00
Lot 10/NE Contract End: 2035-09-15T23:59:59+01:00
Lot 10/NE SME Suitable: Yes
Lot 10/NE Award Criterion (quality): Quality Submission (70%)
Lot 10/NE Award Criterion (price): Commercial Submission (30%)
Lot Title: Road Markings (North West)
Lot Description: This Lot (10/NW) covers the supply of materials, plant and people for the installation and removal of: • highway road markings, • road studs, • installation and removal of temporary road markings and road studs, • high friction surfacing, • crack sealing and • pavement joint repair. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Lot 10/NW Status: active
Lot 10/NW Has Options: Yes
Lot 10/NW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 10/NW Value: GBP 34,905,199
Lot 10/NW Value (Gross): GBP 41,886,239
Lot 10/NW Contract Start: 2027-09-15T00:00:00+01:00
Lot 10/NW Contract End: 2035-09-15T23:59:59+01:00
Lot 10/NW SME Suitable: Yes
Lot 10/NW Award Criterion (quality): Quality Submission (70%)
Lot 10/NW Award Criterion (price): Commercial Submission (30%)
Lot Title: Road Markings (South East)
Lot Description: This Lot (10/SE) covers the supply of materials, plant and people for the installation and removal of: • highway road markings, • road studs, • installation and removal of temporary road markings and road studs, • high friction surfacing, • crack sealing and • pavement joint repair. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Lot 10/SE Status: active
Lot 10/SE Has Options: Yes
Lot 10/SE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 10/SE Value: GBP 25,488,286
Lot 10/SE Value (Gross): GBP 30,585,943
Lot 10/SE Contract Start: 2027-09-15T00:00:00+01:00
Lot 10/SE Contract End: 2035-09-15T23:59:59+01:00
Lot 10/SE SME Suitable: Yes
Lot 10/SE Award Criterion (quality): Quality Submission (70%)
Lot 10/SE Award Criterion (price): Commercial Submission (30%)
Lot Title: Road Markings (South West)
Lot Description: This Lot (10/SW) covers the supply of materials, plant and people for the installation and removal of: • highway road markings, • road studs, • installation and removal of temporary road markings and road studs, • high friction surfacing, • crack sealing and • pavement joint repair. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Lot 10/SW Status: active
Lot 10/SW Has Options: Yes
Lot 10/SW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 10/SW Value: GBP 22,292,405
Lot 10/SW Value (Gross): GBP 26,750,887
Lot 10/SW Contract Start: 2027-09-15T00:00:00+01:00
Lot 10/SW Contract End: 2035-09-15T23:59:59+01:00
Lot 10/SW SME Suitable: Yes
Lot 10/SW Award Criterion (quality): Quality Submission (70%)
Lot 10/SW Award Criterion (price): Commercial Submission (30%)
Lot Title: Road Markings (Midlands)
Lot Description: This Lot (10/M) covers the supply of materials, plant and people for the installation and removal of: • highway road markings, • road studs, • installation and removal of temporary road markings and road studs, • high friction surfacing, • crack sealing and • pavement joint repair. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Lot 10/M Status: active
Lot 10/M Has Options: Yes
Lot 10/M Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 10/M Value: GBP 82,000,000
Lot 10/M Value (Gross): GBP 98,400,000
Lot 10/M Contract Start: 2027-09-15T00:00:00+01:00
Lot 10/M Contract End: 2035-09-15T23:59:59+01:00
Lot 10/M SME Suitable: Yes
Lot 10/M Award Criterion (quality): Quality Submission (70%)
Lot 10/M Award Criterion (price): Commercial Submission (30%)
Lot Title: Road Markings (East of England)
Lot Description: This Lot (10/E) covers the supply of materials, plant and people for the installation and removal of: • highway road markings, • road studs, • installation and removal of temporary road markings and road studs, • high friction surfacing, • crack sealing and • pavement joint repair. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of the activities set out in above, · undertaking the principal contractor role as required by the Client, · pre-construction services, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20
Lot 10/E Status: active
Lot 10/E Has Options: Yes
Lot 10/E Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 10/E Value: GBP 62,974,027
Lot 10/E Value (Gross): GBP 75,568,832
Lot 10/E Contract Start: 2027-09-15T00:00:00+01:00
Lot 10/E Contract End: 2035-09-15T23:59:59+01:00
Lot 10/E SME Suitable: Yes
Lot 10/E Award Criterion (quality): Quality Submission (70%)
Lot 10/E Award Criterion (price): Commercial Submission (30%)
Lot Title: Signs & Lighting (North East)
Lot Description: This Lot (11/NE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: • road lighting and • traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of section above, · pre-construction services, · elements of supplier design, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · the management of network occupancy, · temporary works, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Lot 11/NE Status: active
Lot 11/NE Has Options: Yes
Lot 11/NE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 11/NE Value: GBP 65,430,000
Lot 11/NE Value (Gross): GBP 78,516,000
Lot 11/NE Contract Start: 2027-09-15T00:00:00+01:00
Lot 11/NE Contract End: 2035-09-15T23:59:59+01:00
Lot 11/NE SME Suitable: Yes
Lot 11/NE Award Criterion (quality): Quality Submission (70%)
Lot 11/NE Award Criterion (price): Commercial Submission (30%)
Lot Title: Signs & Lighting (North West)
Lot Description: This Lot (11/NW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: • road lighting and • traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of section above, · pre-construction services, · elements of supplier design, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · the management of network occupancy, · temporary works, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Lot 11/NW Status: active
Lot 11/NW Has Options: Yes
Lot 11/NW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 11/NW Value: GBP 84,399,331
Lot 11/NW Value (Gross): GBP 101,279,197
Lot 11/NW Contract Start: 2027-09-15T00:00:00+01:00
Lot 11/NW Contract End: 2035-09-15T23:59:59+01:00
Lot 11/NW SME Suitable: Yes
Lot 11/NW Award Criterion (quality): Quality Submission (70%)
Lot 11/NW Award Criterion (price): Commercial Submission (30%)
Lot Title: Signs & Lighting (South East)
Lot Description: This Lot (11/SE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: • road lighting and • traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of section above, · pre-construction services, · elements of supplier design, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · the management of network occupancy, · temporary works, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Lot 11/SE Status: active
Lot 11/SE Has Options: Yes
Lot 11/SE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 11/SE Value: GBP 31,140,529
Lot 11/SE Value (Gross): GBP 37,368,635
Lot 11/SE Contract Start: 2027-09-15T00:00:00+01:00
Lot 11/SE Contract End: 2035-09-15T23:59:59+01:00
Lot 11/SE SME Suitable: Yes
Lot 11/SE Award Criterion (quality): Quality Submission (70%)
Lot 11/SE Award Criterion (price): Commercial Submission (30%)
Lot Title: Signs & Lighting (South West)
Lot Description: This Lot (11/SW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: • road lighting and • traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of section above, · pre-construction services, · elements of supplier design, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · the management of network occupancy, · temporary works, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Lot 11/SW Status: active
Lot 11/SW Has Options: Yes
Lot 11/SW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 11/SW Value: GBP 10,603,175
Lot 11/SW Value (Gross): GBP 12,723,810
Lot 11/SW Contract Start: 2027-09-15T00:00:00+01:00
Lot 11/SW Contract End: 2035-09-15T23:59:59+01:00
Lot 11/SW SME Suitable: Yes
Lot 11/SW Award Criterion (quality): Quality Submission (70%)
Lot 11/SW Award Criterion (price): Commercial Submission (30%)
Lot Title: Signs & Lighting (Midlands)
Lot Description: This Lot (11/M) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: • road lighting and • traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of section above, · pre-construction services, · elements of supplier design, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · the management of network occupancy, · temporary works, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Lot 11/M Status: active
Lot 11/M Has Options: Yes
Lot 11/M Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 11/M Value: GBP 90,000,000
Lot 11/M Value (Gross): GBP 108,000,000
Lot 11/M Contract Start: 2027-09-15T00:00:00+01:00
Lot 11/M Contract End: 2035-09-15T23:59:59+01:00
Lot 11/M SME Suitable: Yes
Lot 11/M Award Criterion (quality): Quality Submission (70%)
Lot 11/M Award Criterion (price): Commercial Submission (30%)
Lot Title: Signs & Lighting (East of England)
Lot Description: This Lot (11/E) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: • road lighting and • traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of section above, · pre-construction services, · elements of supplier design, · the provision of welfare facilities, · undertaking the principal contractor role as required by the Client, · the management of network occupancy, · temporary works, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20
Lot 11/E Status: active
Lot 11/E Has Options: Yes
Lot 11/E Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 11/E Value: GBP 55,512,576
Lot 11/E Value (Gross): GBP 66,615,091
Lot 11/E Contract Start: 2027-09-15T00:00:00+01:00
Lot 11/E Contract End: 2035-09-15T23:59:59+01:00
Lot 11/E SME Suitable: Yes
Lot 11/E Award Criterion (quality): Quality Submission (70%)
Lot 11/E Award Criterion (price): Commercial Submission (30%)
Lot Title: Vehicle Restraint Systems / Road Restraint Systems (North East)
Lot Description: This Lot (12/NE) covers the supply of materials, plant and people for the: • installation and removal of road restraint systems (vehicle and pedestrian), • installation and repair of non-concrete bridge parapets, • push tests of existing road restraint systems, • temporary works and • installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Lot 12/NE Status: active
Lot 12/NE Has Options: Yes
Lot 12/NE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 12/NE Value: GBP 66,825,000
Lot 12/NE Value (Gross): GBP 80,190,000
Lot 12/NE Contract Start: 2027-09-15T00:00:00+01:00
Lot 12/NE Contract End: 2035-09-15T23:59:59+01:00
Lot 12/NE SME Suitable: Yes
Lot 12/NE Award Criterion (quality): Quality Submission (70%)
Lot 12/NE Award Criterion (price): Commercial Submission (30%)
Lot Title: Vehicle Restraint Systems / Road Restraint Systems (North West)
Lot Description: This Lot (12/NW) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), • installation and repair of non-concrete bridge parapets, • push tests of existing road restraint systems, • temporary works and • installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Lot 12/NW Status: active
Lot 12/NW Has Options: Yes
Lot 12/NW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 12/NW Value: GBP 22,221,836
Lot 12/NW Value (Gross): GBP 26,666,203
Lot 12/NW Contract Start: 2027-09-15T00:00:00+01:00
Lot 12/NW Contract End: 2035-09-15T23:59:59+01:00
Lot 12/NW SME Suitable: Yes
Lot 12/NW Award Criterion (quality): Quality Submission (70%)
Lot 12/NW Award Criterion (price): Commercial Submission (30%)
Lot Title: Vehicle Restraint Systems / Road Restraint Systems (South East)
Lot Description: This Lot (12/SE) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), • installation and repair of non-concrete bridge parapets, • push tests of existing road restraint systems, • temporary works and • installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Lot 12/SE Status: active
Lot 12/SE Has Options: Yes
Lot 12/SE Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 12/SE Value: GBP 61,257,957
Lot 12/SE Value (Gross): GBP 73,509,548
Lot 12/SE Contract Start: 2027-09-15T00:00:00+01:00
Lot 12/SE Contract End: 2035-09-15T23:59:59+01:00
Lot 12/SE SME Suitable: Yes
Lot 12/SE Award Criterion (quality): Quality Submission (70%)
Lot 12/SE Award Criterion (price): Commercial Submission (30%)
Lot Title: Vehicle Restraint Systems / Road Restraint Systems (South West)
Lot Description: This Lot (12/SW) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), • installation and repair of non-concrete bridge parapets, • push tests of existing road restraint systems, • temporary works and • installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Lot 12/SW Status: active
Lot 12/SW Has Options: Yes
Lot 12/SW Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 12/SW Value: GBP 41,738,486
Lot 12/SW Value (Gross): GBP 50,086,183
Lot 12/SW Contract Start: 2027-09-15T00:00:00+01:00
Lot 12/SW Contract End: 2035-09-15T23:59:59+01:00
Lot 12/SW SME Suitable: Yes
Lot 12/SW Award Criterion (quality): Quality Submission (70%)
Lot 12/SW Award Criterion (price): Commercial Submission (30%)
Lot Title: Vehicle Restraint Systems / Road Restraint Systems (Midlands)
Lot Description: This Lot (12/M) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), • installation and repair of non-concrete bridge parapets, • push tests of existing road restraint systems, • temporary works and • installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Lot 12/M Status: active
Lot 12/M Has Options: Yes
Lot 12/M Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 12/M Value: GBP 66,000,000
Lot 12/M Value (Gross): GBP 79,200,000
Lot 12/M Contract Start: 2027-09-15T00:00:00+01:00
Lot 12/M Contract End: 2035-09-15T23:59:59+01:00
Lot 12/M SME Suitable: Yes
Lot 12/M Award Criterion (quality): Quality Submission (70%)
Lot 12/M Award Criterion (price): Commercial Submission (30%)
Lot Title: Vehicle Restraint Systems / Road Restraint Systems (East of England)
Lot Description: This Lot (12/E) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), • installation and repair of non-concrete bridge parapets, • push tests of existing road restraint systems, • temporary works and • installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: · the delivery and management of works associated with or ancillary to the activities set out in above, · design of their works (optional) · Framework Mobilisation, · mobilisation for the purpose of above, · pre-construction services, · undertaking the principal contractor role as required by the Client, · the provision of welfare facilities, · the management of network occupancy, · community and · the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20
Lot 12/E Status: active
Lot 12/E Has Options: Yes
Lot 12/E Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.
Lot 12/E Value: GBP 33,307,545
Lot 12/E Value (Gross): GBP 39,969,054
Lot 12/E Contract Start: 2027-09-15T00:00:00+01:00
Lot 12/E Contract End: 2035-09-15T23:59:59+01:00
Lot 12/E SME Suitable: Yes
Lot 12/E Award Criterion (quality): Quality Submission (70%)
Lot 12/E Award Criterion (price): Commercial Submission (30%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-09346363",
"name": "National Highways"
},
"date": "2025-09-29T10:57:13+01:00",
"id": "060400-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-0515f3",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Guildford",
"postalCode": "GU1 4LZ",
"region": "UKJ25",
"streetAddress": "Bridge House, 1 Walnut Tree Close"
},
"contactPoint": {
"email": "procurement_sdf2@nationalhighways.co.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://nationalhighways.co.uk"
},
"id": "GB-COH-09346363",
"identifier": {
"id": "09346363",
"scheme": "GB-COH"
},
"name": "National Highways",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2027-06-01T23:59:59+01:00"
},
"contractTerms": {
"financialTerms": "As per the Contract documents."
},
"coveredBy": [
"GPA"
],
"description": "National Highways Scheme Delivery Framework 2 (SDF2) will play a pivotal role in renewing and enhancing England\u2019s Strategic Road Network (SRN). Covering over 4,500 miles of motorways and major A roads, the SRN is a vital component of the UK\u2019s transport infrastructure, carrying a third of all traffic and two-thirds of freight. SDF2 is designed to ensure this network remains dependable, durable, and safe, while also delivering value for money.\nSDF2 builds on the foundations of its predecessor frameworks - the original Scheme Delivery Framework (SDF) and the Pavement Delivery Framework (PDF). With an estimated value of \u00a314.5 billion and a projected 8-year duration, SDF2 represents a significant investment in the future of the UK\u2019s road infrastructure. The framework will focus on renewing and maintaining existing assets, with a strong emphasis on collaboration, standardisation, and productivity. It aims to focus spending on long-term asset improvements rather than temporary fixes, while simplifying commercial models to reduce administrative burden. SDF2 will be an enabled framework to facilitate usage by Lower Thames Crossing (LTC) and Maintenance and Response (M\u0026R) suppliers. \nThe new framework represents a forward-looking approach by National Highways aimed at delivering high-quality, efficient infrastructure projects that align with the evolving needs of stakeholders and road users. While the SDF has facilitated numerous successful projects across the SRN, the SDF2 is expected to build on this foundation with innovations and improvements that respond to emerging demands in safety, transport and sustainability. \nIn late 2024, National Highways held an extensive round of preliminary market engagement, consisting of six face-to-face workshops and two online events, designed to incorporate input from the supply chain. The feedback gathered at market engagement informed the development of the SDF2 strategy, and material from the events can be found here: https://highways.sharepoint.com/:f:/s/NationalHighwaysProcurement-MaterialforExternalRelease/EjbLGgLNyFFKiYPsSEatBR4BI28Sv1e4-xZToGq2cfyZ9g?e=3Tx80E \nFor more information on the operation of SDF2, please refer to the Information Memorandum.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"accessDetails": "Following the Conditions of Participation stage, the Tender documents will be made available to the shortlisted suppliers via the eSourcing Portal.",
"documentType": "biddingDocuments",
"id": "future"
},
{
"documentType": "biddingDocuments",
"format": "application/octet-stream",
"id": "A-5622",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5622"
},
{
"documentType": "biddingDocuments",
"format": "application/pdf",
"id": "A-5623",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5623"
},
{
"documentType": "biddingDocuments",
"format": "application/pdf",
"id": "A-5624",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5624"
},
{
"documentType": "biddingDocuments",
"format": "application/pdf",
"id": "A-5625",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5625"
},
{
"datePublished": "2025-09-29T10:57:13+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "060400-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/060400-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-10-24T17:00:00+01:00"
},
"expressionOfInterestDeadline": "2025-11-14T17:00:00+00:00",
"id": "SDF2",
"items": [
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Ground-drainage work",
"id": "45111240",
"scheme": "CPV"
},
{
"description": "Works for complete or part construction and civil engineering work",
"id": "45200000",
"scheme": "CPV"
},
{
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork",
"id": "45230000",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Civil engineering consultancy services",
"id": "71311000",
"scheme": "CPV"
},
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Ground-drainage work",
"id": "45111240",
"scheme": "CPV"
},
{
"description": "Works for complete or part construction and civil engineering work",
"id": "45200000",
"scheme": "CPV"
},
{
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork",
"id": "45230000",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Civil engineering consultancy services",
"id": "71311000",
"scheme": "CPV"
},
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
}
],
"id": "2/NE",
"relatedLot": "2/NE"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Ground-drainage work",
"id": "45111240",
"scheme": "CPV"
},
{
"description": "Works for complete or part construction and civil engineering work",
"id": "45200000",
"scheme": "CPV"
},
{
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork",
"id": "45230000",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Civil engineering consultancy services",
"id": "71311000",
"scheme": "CPV"
},
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
}
],
"id": "2/NW",
"relatedLot": "2/NW"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Ground-drainage work",
"id": "45111240",
"scheme": "CPV"
},
{
"description": "Works for complete or part construction and civil engineering work",
"id": "45200000",
"scheme": "CPV"
},
{
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork",
"id": "45230000",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Civil engineering consultancy services",
"id": "71311000",
"scheme": "CPV"
},
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "2/SE",
"relatedLot": "2/SE"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Ground-drainage work",
"id": "45111240",
"scheme": "CPV"
},
{
"description": "Works for complete or part construction and civil engineering work",
"id": "45200000",
"scheme": "CPV"
},
{
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork",
"id": "45230000",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Civil engineering consultancy services",
"id": "71311000",
"scheme": "CPV"
},
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "2/SW",
"relatedLot": "2/SW"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Ground-drainage work",
"id": "45111240",
"scheme": "CPV"
},
{
"description": "Works for complete or part construction and civil engineering work",
"id": "45200000",
"scheme": "CPV"
},
{
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork",
"id": "45230000",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Civil engineering consultancy services",
"id": "71311000",
"scheme": "CPV"
},
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
}
],
"id": "2/M",
"relatedLot": "2/M"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Ground-drainage work",
"id": "45111240",
"scheme": "CPV"
},
{
"description": "Works for complete or part construction and civil engineering work",
"id": "45200000",
"scheme": "CPV"
},
{
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork",
"id": "45230000",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Civil engineering consultancy services",
"id": "71311000",
"scheme": "CPV"
},
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "2/E",
"relatedLot": "2/E"
},
{
"additionalClassifications": [
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Macadam, tarmac and tar sands",
"id": "14213000",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
}
],
"id": "3/NE",
"relatedLot": "3/NE"
},
{
"additionalClassifications": [
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Macadam, tarmac and tar sands",
"id": "14213000",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
}
],
"id": "3/NW",
"relatedLot": "3/NW"
},
{
"additionalClassifications": [
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Macadam, tarmac and tar sands",
"id": "14213000",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "3/SE",
"relatedLot": "3/SE"
},
{
"additionalClassifications": [
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Macadam, tarmac and tar sands",
"id": "14213000",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "3/SW",
"relatedLot": "3/SW"
},
{
"additionalClassifications": [
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Macadam, tarmac and tar sands",
"id": "14213000",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
}
],
"id": "3/M",
"relatedLot": "3/M"
},
{
"additionalClassifications": [
{
"description": "Paving and asphalting works",
"id": "45233222",
"scheme": "CPV"
},
{
"description": "Highway maintenance work",
"id": "45233139",
"scheme": "CPV"
},
{
"description": "Macadam, tarmac and tar sands",
"id": "14213000",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "3/E",
"relatedLot": "3/E"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Tunnel lighting",
"id": "34993100",
"scheme": "CPV"
},
{
"description": "Construction work for dams and similar fixed structures",
"id": "45247200",
"scheme": "CPV"
},
{
"description": "Construction work for bridges and tunnels, shafts and subways",
"id": "45221000",
"scheme": "CPV"
},
{
"description": "Road tunnel construction work",
"id": "45221241",
"scheme": "CPV"
},
{
"description": "Tunnelling works",
"id": "45221247",
"scheme": "CPV"
},
{
"description": "Tunnel linings construction work",
"id": "45221248",
"scheme": "CPV"
},
{
"description": "Tunnel operation services",
"id": "63712320",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "4",
"relatedLot": "4"
},
{
"additionalClassifications": [
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Technical assistance services",
"id": "71356200",
"scheme": "CPV"
},
{
"description": "Technical support services",
"id": "71356300",
"scheme": "CPV"
},
{
"description": "Construction consultancy services",
"id": "71530000",
"scheme": "CPV"
},
{
"description": "Research consultancy services",
"id": "73210000",
"scheme": "CPV"
},
{
"description": "Design and execution of research and development",
"id": "73300000",
"scheme": "CPV"
},
{
"description": "Pre-feasibility study and technological demonstration",
"id": "73420000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
}
],
"id": "5.1/North",
"relatedLot": "5.1/North"
},
{
"additionalClassifications": [
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Technical assistance services",
"id": "71356200",
"scheme": "CPV"
},
{
"description": "Technical support services",
"id": "71356300",
"scheme": "CPV"
},
{
"description": "Construction consultancy services",
"id": "71530000",
"scheme": "CPV"
},
{
"description": "Research consultancy services",
"id": "73210000",
"scheme": "CPV"
},
{
"description": "Design and execution of research and development",
"id": "73300000",
"scheme": "CPV"
},
{
"description": "Pre-feasibility study and technological demonstration",
"id": "73420000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "5.1/South",
"relatedLot": "5.1/South"
},
{
"additionalClassifications": [
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Technical assistance services",
"id": "71356200",
"scheme": "CPV"
},
{
"description": "Technical support services",
"id": "71356300",
"scheme": "CPV"
},
{
"description": "Construction consultancy services",
"id": "71530000",
"scheme": "CPV"
},
{
"description": "Research consultancy services",
"id": "73210000",
"scheme": "CPV"
},
{
"description": "Design and execution of research and development",
"id": "73300000",
"scheme": "CPV"
},
{
"description": "Pre-feasibility study and technological demonstration",
"id": "73420000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
}
],
"id": "5.2/NE",
"relatedLot": "5.2/NE"
},
{
"additionalClassifications": [
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Technical assistance services",
"id": "71356200",
"scheme": "CPV"
},
{
"description": "Technical support services",
"id": "71356300",
"scheme": "CPV"
},
{
"description": "Construction consultancy services",
"id": "71530000",
"scheme": "CPV"
},
{
"description": "Research consultancy services",
"id": "73210000",
"scheme": "CPV"
},
{
"description": "Design and execution of research and development",
"id": "73300000",
"scheme": "CPV"
},
{
"description": "Pre-feasibility study and technological demonstration",
"id": "73420000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
}
],
"id": "5.2/NW",
"relatedLot": "5.2/NW"
},
{
"additionalClassifications": [
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Technical assistance services",
"id": "71356200",
"scheme": "CPV"
},
{
"description": "Technical support services",
"id": "71356300",
"scheme": "CPV"
},
{
"description": "Construction consultancy services",
"id": "71530000",
"scheme": "CPV"
},
{
"description": "Research consultancy services",
"id": "73210000",
"scheme": "CPV"
},
{
"description": "Design and execution of research and development",
"id": "73300000",
"scheme": "CPV"
},
{
"description": "Pre-feasibility study and technological demonstration",
"id": "73420000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "5.2/SE",
"relatedLot": "5.2/SE"
},
{
"additionalClassifications": [
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Technical assistance services",
"id": "71356200",
"scheme": "CPV"
},
{
"description": "Technical support services",
"id": "71356300",
"scheme": "CPV"
},
{
"description": "Construction consultancy services",
"id": "71530000",
"scheme": "CPV"
},
{
"description": "Research consultancy services",
"id": "73210000",
"scheme": "CPV"
},
{
"description": "Design and execution of research and development",
"id": "73300000",
"scheme": "CPV"
},
{
"description": "Pre-feasibility study and technological demonstration",
"id": "73420000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "5.2/SW",
"relatedLot": "5.2/SW"
},
{
"additionalClassifications": [
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Technical assistance services",
"id": "71356200",
"scheme": "CPV"
},
{
"description": "Technical support services",
"id": "71356300",
"scheme": "CPV"
},
{
"description": "Construction consultancy services",
"id": "71530000",
"scheme": "CPV"
},
{
"description": "Research consultancy services",
"id": "73210000",
"scheme": "CPV"
},
{
"description": "Design and execution of research and development",
"id": "73300000",
"scheme": "CPV"
},
{
"description": "Pre-feasibility study and technological demonstration",
"id": "73420000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
}
],
"id": "5.2/M",
"relatedLot": "5.2/M"
},
{
"additionalClassifications": [
{
"description": "Engineering design services",
"id": "71320000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Technical assistance services",
"id": "71356200",
"scheme": "CPV"
},
{
"description": "Technical support services",
"id": "71356300",
"scheme": "CPV"
},
{
"description": "Construction consultancy services",
"id": "71530000",
"scheme": "CPV"
},
{
"description": "Research consultancy services",
"id": "73210000",
"scheme": "CPV"
},
{
"description": "Design and execution of research and development",
"id": "73300000",
"scheme": "CPV"
},
{
"description": "Pre-feasibility study and technological demonstration",
"id": "73420000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "5.2/E",
"relatedLot": "5.2/E"
},
{
"additionalClassifications": [
{
"description": "Road traffic-control equipment",
"id": "34923000",
"scheme": "CPV"
},
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Traffic-monitoring equipment",
"id": "34970000",
"scheme": "CPV"
},
{
"description": "Traffic-flow measuring system",
"id": "34972000",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Installation of traffic monitoring equipment",
"id": "45316210",
"scheme": "CPV"
},
{
"description": "Installation of traffic lights",
"id": "45316212",
"scheme": "CPV"
},
{
"description": "Installation of traffic guidance equipment",
"id": "45316213",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Traffic-signal maintenance services",
"id": "50232200",
"scheme": "CPV"
},
{
"description": "Support services for road transport",
"id": "63712000",
"scheme": "CPV"
},
{
"description": "Highway operation services",
"id": "63712200",
"scheme": "CPV"
},
{
"description": "Traffic control services",
"id": "63712700",
"scheme": "CPV"
},
{
"description": "Traffic monitoring services",
"id": "63712710",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
}
],
"id": "6/NE",
"relatedLot": "6/NE"
},
{
"additionalClassifications": [
{
"description": "Road traffic-control equipment",
"id": "34923000",
"scheme": "CPV"
},
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Traffic-monitoring equipment",
"id": "34970000",
"scheme": "CPV"
},
{
"description": "Traffic-flow measuring system",
"id": "34972000",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Installation of traffic monitoring equipment",
"id": "45316210",
"scheme": "CPV"
},
{
"description": "Installation of traffic lights",
"id": "45316212",
"scheme": "CPV"
},
{
"description": "Installation of traffic guidance equipment",
"id": "45316213",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Traffic-signal maintenance services",
"id": "50232200",
"scheme": "CPV"
},
{
"description": "Support services for road transport",
"id": "63712000",
"scheme": "CPV"
},
{
"description": "Highway operation services",
"id": "63712200",
"scheme": "CPV"
},
{
"description": "Traffic control services",
"id": "63712700",
"scheme": "CPV"
},
{
"description": "Traffic monitoring services",
"id": "63712710",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
}
],
"id": "6/NW",
"relatedLot": "6/NW"
},
{
"additionalClassifications": [
{
"description": "Road traffic-control equipment",
"id": "34923000",
"scheme": "CPV"
},
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Traffic-monitoring equipment",
"id": "34970000",
"scheme": "CPV"
},
{
"description": "Traffic-flow measuring system",
"id": "34972000",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Installation of traffic monitoring equipment",
"id": "45316210",
"scheme": "CPV"
},
{
"description": "Installation of traffic lights",
"id": "45316212",
"scheme": "CPV"
},
{
"description": "Installation of traffic guidance equipment",
"id": "45316213",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Traffic-signal maintenance services",
"id": "50232200",
"scheme": "CPV"
},
{
"description": "Support services for road transport",
"id": "63712000",
"scheme": "CPV"
},
{
"description": "Highway operation services",
"id": "63712200",
"scheme": "CPV"
},
{
"description": "Traffic control services",
"id": "63712700",
"scheme": "CPV"
},
{
"description": "Traffic monitoring services",
"id": "63712710",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "6/SE",
"relatedLot": "6/SE"
},
{
"additionalClassifications": [
{
"description": "Road traffic-control equipment",
"id": "34923000",
"scheme": "CPV"
},
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Traffic-monitoring equipment",
"id": "34970000",
"scheme": "CPV"
},
{
"description": "Traffic-flow measuring system",
"id": "34972000",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Installation of traffic monitoring equipment",
"id": "45316210",
"scheme": "CPV"
},
{
"description": "Installation of traffic lights",
"id": "45316212",
"scheme": "CPV"
},
{
"description": "Installation of traffic guidance equipment",
"id": "45316213",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Traffic-signal maintenance services",
"id": "50232200",
"scheme": "CPV"
},
{
"description": "Support services for road transport",
"id": "63712000",
"scheme": "CPV"
},
{
"description": "Highway operation services",
"id": "63712200",
"scheme": "CPV"
},
{
"description": "Traffic control services",
"id": "63712700",
"scheme": "CPV"
},
{
"description": "Traffic monitoring services",
"id": "63712710",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "6/SW",
"relatedLot": "6/SW"
},
{
"additionalClassifications": [
{
"description": "Road traffic-control equipment",
"id": "34923000",
"scheme": "CPV"
},
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Traffic-monitoring equipment",
"id": "34970000",
"scheme": "CPV"
},
{
"description": "Traffic-flow measuring system",
"id": "34972000",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Installation of traffic monitoring equipment",
"id": "45316210",
"scheme": "CPV"
},
{
"description": "Installation of traffic lights",
"id": "45316212",
"scheme": "CPV"
},
{
"description": "Installation of traffic guidance equipment",
"id": "45316213",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Traffic-signal maintenance services",
"id": "50232200",
"scheme": "CPV"
},
{
"description": "Support services for road transport",
"id": "63712000",
"scheme": "CPV"
},
{
"description": "Highway operation services",
"id": "63712200",
"scheme": "CPV"
},
{
"description": "Traffic control services",
"id": "63712700",
"scheme": "CPV"
},
{
"description": "Traffic monitoring services",
"id": "63712710",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
}
],
"id": "6/M",
"relatedLot": "6/M"
},
{
"additionalClassifications": [
{
"description": "Road traffic-control equipment",
"id": "34923000",
"scheme": "CPV"
},
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Traffic-monitoring equipment",
"id": "34970000",
"scheme": "CPV"
},
{
"description": "Traffic-flow measuring system",
"id": "34972000",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Installation of traffic monitoring equipment",
"id": "45316210",
"scheme": "CPV"
},
{
"description": "Installation of traffic lights",
"id": "45316212",
"scheme": "CPV"
},
{
"description": "Installation of traffic guidance equipment",
"id": "45316213",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Traffic-signal maintenance services",
"id": "50232200",
"scheme": "CPV"
},
{
"description": "Support services for road transport",
"id": "63712000",
"scheme": "CPV"
},
{
"description": "Highway operation services",
"id": "63712200",
"scheme": "CPV"
},
{
"description": "Traffic control services",
"id": "63712700",
"scheme": "CPV"
},
{
"description": "Traffic monitoring services",
"id": "63712710",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Engineering-design services for traffic installations",
"id": "71322500",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "6/E",
"relatedLot": "6/E"
},
{
"additionalClassifications": [
{
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)",
"id": "44000000",
"scheme": "CPV"
},
{
"description": "Miscellaneous building structures",
"id": "44112000",
"scheme": "CPV"
},
{
"description": "Structures and parts of structures",
"id": "44210000",
"scheme": "CPV"
},
{
"description": "Structures of bridges",
"id": "44212120",
"scheme": "CPV"
},
{
"description": "Structures and parts",
"id": "44212300",
"scheme": "CPV"
},
{
"description": "Scaffolding structures",
"id": "44212317",
"scheme": "CPV"
},
{
"description": "Miscellaneous structures",
"id": "44212320",
"scheme": "CPV"
},
{
"description": "Parts of structures",
"id": "44212380",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Structures construction work",
"id": "45223000",
"scheme": "CPV"
},
{
"description": "Assembly of metal structures",
"id": "45223100",
"scheme": "CPV"
},
{
"description": "Installation of metal structures",
"id": "45223110",
"scheme": "CPV"
},
{
"description": "Reinforced-concrete structures",
"id": "45223500",
"scheme": "CPV"
},
{
"description": "Assembly and erection of prefabricated structures",
"id": "45223800",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Painting work of structures",
"id": "45442121",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Technical inspection services of engineering structures",
"id": "71631400",
"scheme": "CPV"
},
{
"description": "Blast-cleaning services for tubular structures",
"id": "90912000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
}
],
"id": "7/NE",
"relatedLot": "7/NE"
},
{
"additionalClassifications": [
{
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)",
"id": "44000000",
"scheme": "CPV"
},
{
"description": "Miscellaneous building structures",
"id": "44112000",
"scheme": "CPV"
},
{
"description": "Structures and parts of structures",
"id": "44210000",
"scheme": "CPV"
},
{
"description": "Structures of bridges",
"id": "44212120",
"scheme": "CPV"
},
{
"description": "Structures and parts",
"id": "44212300",
"scheme": "CPV"
},
{
"description": "Scaffolding structures",
"id": "44212317",
"scheme": "CPV"
},
{
"description": "Miscellaneous structures",
"id": "44212320",
"scheme": "CPV"
},
{
"description": "Parts of structures",
"id": "44212380",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Structures construction work",
"id": "45223000",
"scheme": "CPV"
},
{
"description": "Assembly of metal structures",
"id": "45223100",
"scheme": "CPV"
},
{
"description": "Installation of metal structures",
"id": "45223110",
"scheme": "CPV"
},
{
"description": "Reinforced-concrete structures",
"id": "45223500",
"scheme": "CPV"
},
{
"description": "Assembly and erection of prefabricated structures",
"id": "45223800",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Painting work of structures",
"id": "45442121",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Technical inspection services of engineering structures",
"id": "71631400",
"scheme": "CPV"
},
{
"description": "Blast-cleaning services for tubular structures",
"id": "90912000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
}
],
"id": "7/NW",
"relatedLot": "7/NW"
},
{
"additionalClassifications": [
{
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)",
"id": "44000000",
"scheme": "CPV"
},
{
"description": "Miscellaneous building structures",
"id": "44112000",
"scheme": "CPV"
},
{
"description": "Structures and parts of structures",
"id": "44210000",
"scheme": "CPV"
},
{
"description": "Structures of bridges",
"id": "44212120",
"scheme": "CPV"
},
{
"description": "Structures and parts",
"id": "44212300",
"scheme": "CPV"
},
{
"description": "Scaffolding structures",
"id": "44212317",
"scheme": "CPV"
},
{
"description": "Miscellaneous structures",
"id": "44212320",
"scheme": "CPV"
},
{
"description": "Parts of structures",
"id": "44212380",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Structures construction work",
"id": "45223000",
"scheme": "CPV"
},
{
"description": "Assembly of metal structures",
"id": "45223100",
"scheme": "CPV"
},
{
"description": "Installation of metal structures",
"id": "45223110",
"scheme": "CPV"
},
{
"description": "Reinforced-concrete structures",
"id": "45223500",
"scheme": "CPV"
},
{
"description": "Assembly and erection of prefabricated structures",
"id": "45223800",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Painting work of structures",
"id": "45442121",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Technical inspection services of engineering structures",
"id": "71631400",
"scheme": "CPV"
},
{
"description": "Blast-cleaning services for tubular structures",
"id": "90912000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "7/SE",
"relatedLot": "7/SE"
},
{
"additionalClassifications": [
{
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)",
"id": "44000000",
"scheme": "CPV"
},
{
"description": "Miscellaneous building structures",
"id": "44112000",
"scheme": "CPV"
},
{
"description": "Structures and parts of structures",
"id": "44210000",
"scheme": "CPV"
},
{
"description": "Structures of bridges",
"id": "44212120",
"scheme": "CPV"
},
{
"description": "Structures and parts",
"id": "44212300",
"scheme": "CPV"
},
{
"description": "Scaffolding structures",
"id": "44212317",
"scheme": "CPV"
},
{
"description": "Miscellaneous structures",
"id": "44212320",
"scheme": "CPV"
},
{
"description": "Parts of structures",
"id": "44212380",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Structures construction work",
"id": "45223000",
"scheme": "CPV"
},
{
"description": "Assembly of metal structures",
"id": "45223100",
"scheme": "CPV"
},
{
"description": "Installation of metal structures",
"id": "45223110",
"scheme": "CPV"
},
{
"description": "Reinforced-concrete structures",
"id": "45223500",
"scheme": "CPV"
},
{
"description": "Assembly and erection of prefabricated structures",
"id": "45223800",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Painting work of structures",
"id": "45442121",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Technical inspection services of engineering structures",
"id": "71631400",
"scheme": "CPV"
},
{
"description": "Blast-cleaning services for tubular structures",
"id": "90912000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "7/SW",
"relatedLot": "7/SW"
},
{
"additionalClassifications": [
{
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)",
"id": "44000000",
"scheme": "CPV"
},
{
"description": "Miscellaneous building structures",
"id": "44112000",
"scheme": "CPV"
},
{
"description": "Structures and parts of structures",
"id": "44210000",
"scheme": "CPV"
},
{
"description": "Structures of bridges",
"id": "44212120",
"scheme": "CPV"
},
{
"description": "Structures and parts",
"id": "44212300",
"scheme": "CPV"
},
{
"description": "Scaffolding structures",
"id": "44212317",
"scheme": "CPV"
},
{
"description": "Miscellaneous structures",
"id": "44212320",
"scheme": "CPV"
},
{
"description": "Parts of structures",
"id": "44212380",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Structures construction work",
"id": "45223000",
"scheme": "CPV"
},
{
"description": "Assembly of metal structures",
"id": "45223100",
"scheme": "CPV"
},
{
"description": "Installation of metal structures",
"id": "45223110",
"scheme": "CPV"
},
{
"description": "Reinforced-concrete structures",
"id": "45223500",
"scheme": "CPV"
},
{
"description": "Assembly and erection of prefabricated structures",
"id": "45223800",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Painting work of structures",
"id": "45442121",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Technical inspection services of engineering structures",
"id": "71631400",
"scheme": "CPV"
},
{
"description": "Blast-cleaning services for tubular structures",
"id": "90912000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
}
],
"id": "7/M",
"relatedLot": "7/M"
},
{
"additionalClassifications": [
{
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)",
"id": "44000000",
"scheme": "CPV"
},
{
"description": "Miscellaneous building structures",
"id": "44112000",
"scheme": "CPV"
},
{
"description": "Structures and parts of structures",
"id": "44210000",
"scheme": "CPV"
},
{
"description": "Structures of bridges",
"id": "44212120",
"scheme": "CPV"
},
{
"description": "Structures and parts",
"id": "44212300",
"scheme": "CPV"
},
{
"description": "Scaffolding structures",
"id": "44212317",
"scheme": "CPV"
},
{
"description": "Miscellaneous structures",
"id": "44212320",
"scheme": "CPV"
},
{
"description": "Parts of structures",
"id": "44212380",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Structures construction work",
"id": "45223000",
"scheme": "CPV"
},
{
"description": "Assembly of metal structures",
"id": "45223100",
"scheme": "CPV"
},
{
"description": "Installation of metal structures",
"id": "45223110",
"scheme": "CPV"
},
{
"description": "Reinforced-concrete structures",
"id": "45223500",
"scheme": "CPV"
},
{
"description": "Assembly and erection of prefabricated structures",
"id": "45223800",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Painting work of structures",
"id": "45442121",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Technical inspection services of engineering structures",
"id": "71631400",
"scheme": "CPV"
},
{
"description": "Blast-cleaning services for tubular structures",
"id": "90912000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "7/E",
"relatedLot": "7/E"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Foundation work for highways, roads, streets and footpaths",
"id": "45233300",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Foundation work for roads",
"id": "45233320",
"scheme": "CPV"
},
{
"description": "Construction work for dams and similar fixed structures",
"id": "45247200",
"scheme": "CPV"
},
{
"description": "Concrete work",
"id": "45262300",
"scheme": "CPV"
},
{
"description": "Painting and protective-coating work of structures",
"id": "45442120",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
}
],
"id": "8/NE",
"relatedLot": "8/NE"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Foundation work for highways, roads, streets and footpaths",
"id": "45233300",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Foundation work for roads",
"id": "45233320",
"scheme": "CPV"
},
{
"description": "Construction work for dams and similar fixed structures",
"id": "45247200",
"scheme": "CPV"
},
{
"description": "Concrete work",
"id": "45262300",
"scheme": "CPV"
},
{
"description": "Painting and protective-coating work of structures",
"id": "45442120",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
}
],
"id": "8/NW",
"relatedLot": "8/NW"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Foundation work for highways, roads, streets and footpaths",
"id": "45233300",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Foundation work for roads",
"id": "45233320",
"scheme": "CPV"
},
{
"description": "Construction work for dams and similar fixed structures",
"id": "45247200",
"scheme": "CPV"
},
{
"description": "Concrete work",
"id": "45262300",
"scheme": "CPV"
},
{
"description": "Painting and protective-coating work of structures",
"id": "45442120",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "8/SE",
"relatedLot": "8/SE"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Foundation work for highways, roads, streets and footpaths",
"id": "45233300",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Foundation work for roads",
"id": "45233320",
"scheme": "CPV"
},
{
"description": "Construction work for dams and similar fixed structures",
"id": "45247200",
"scheme": "CPV"
},
{
"description": "Concrete work",
"id": "45262300",
"scheme": "CPV"
},
{
"description": "Painting and protective-coating work of structures",
"id": "45442120",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "8/SW",
"relatedLot": "8/SW"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Foundation work for highways, roads, streets and footpaths",
"id": "45233300",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Foundation work for roads",
"id": "45233320",
"scheme": "CPV"
},
{
"description": "Construction work for dams and similar fixed structures",
"id": "45247200",
"scheme": "CPV"
},
{
"description": "Concrete work",
"id": "45262300",
"scheme": "CPV"
},
{
"description": "Painting and protective-coating work of structures",
"id": "45442120",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
}
],
"id": "8/M",
"relatedLot": "8/M"
},
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Construction work for highways",
"id": "45233130",
"scheme": "CPV"
},
{
"description": "Construction work for elevated highways",
"id": "45233131",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Foundation work for highways, roads, streets and footpaths",
"id": "45233300",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Foundation work for roads",
"id": "45233320",
"scheme": "CPV"
},
{
"description": "Construction work for dams and similar fixed structures",
"id": "45247200",
"scheme": "CPV"
},
{
"description": "Concrete work",
"id": "45262300",
"scheme": "CPV"
},
{
"description": "Painting and protective-coating work of structures",
"id": "45442120",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "8/E",
"relatedLot": "8/E"
},
{
"additionalClassifications": [
{
"description": "Artificial grass",
"id": "39293300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Landscaping work",
"id": "45112700",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Tree-clearing services",
"id": "77211300",
"scheme": "CPV"
},
{
"description": "Grassing services",
"id": "77314100",
"scheme": "CPV"
},
{
"description": "Tree-cutting services",
"id": "77211400",
"scheme": "CPV"
},
{
"description": "Tree-maintenance services",
"id": "77211500",
"scheme": "CPV"
},
{
"description": "Tree seeding",
"id": "77211600",
"scheme": "CPV"
},
{
"description": "Planting and maintenance services of green areas",
"id": "77310000",
"scheme": "CPV"
},
{
"description": "Tree pruning and hedge trimming",
"id": "77340000",
"scheme": "CPV"
},
{
"description": "Tree pruning",
"id": "77341000",
"scheme": "CPV"
},
{
"description": "Wildlife preservation services",
"id": "92534000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
}
],
"id": "9/NE",
"relatedLot": "9/NE"
},
{
"additionalClassifications": [
{
"description": "Artificial grass",
"id": "39293300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Landscaping work",
"id": "45112700",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Tree-clearing services",
"id": "77211300",
"scheme": "CPV"
},
{
"description": "Grassing services",
"id": "77314100",
"scheme": "CPV"
},
{
"description": "Tree-cutting services",
"id": "77211400",
"scheme": "CPV"
},
{
"description": "Tree-maintenance services",
"id": "77211500",
"scheme": "CPV"
},
{
"description": "Tree seeding",
"id": "77211600",
"scheme": "CPV"
},
{
"description": "Planting and maintenance services of green areas",
"id": "77310000",
"scheme": "CPV"
},
{
"description": "Tree pruning and hedge trimming",
"id": "77340000",
"scheme": "CPV"
},
{
"description": "Tree pruning",
"id": "77341000",
"scheme": "CPV"
},
{
"description": "Wildlife preservation services",
"id": "92534000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
}
],
"id": "9/NW",
"relatedLot": "9/NW"
},
{
"additionalClassifications": [
{
"description": "Artificial grass",
"id": "39293300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Landscaping work",
"id": "45112700",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Tree-clearing services",
"id": "77211300",
"scheme": "CPV"
},
{
"description": "Grassing services",
"id": "77314100",
"scheme": "CPV"
},
{
"description": "Tree-cutting services",
"id": "77211400",
"scheme": "CPV"
},
{
"description": "Tree-maintenance services",
"id": "77211500",
"scheme": "CPV"
},
{
"description": "Tree seeding",
"id": "77211600",
"scheme": "CPV"
},
{
"description": "Planting and maintenance services of green areas",
"id": "77310000",
"scheme": "CPV"
},
{
"description": "Tree pruning and hedge trimming",
"id": "77340000",
"scheme": "CPV"
},
{
"description": "Tree pruning",
"id": "77341000",
"scheme": "CPV"
},
{
"description": "Wildlife preservation services",
"id": "92534000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "9/SE",
"relatedLot": "9/SE"
},
{
"additionalClassifications": [
{
"description": "Artificial grass",
"id": "39293300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Landscaping work",
"id": "45112700",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Tree-clearing services",
"id": "77211300",
"scheme": "CPV"
},
{
"description": "Grassing services",
"id": "77314100",
"scheme": "CPV"
},
{
"description": "Tree-cutting services",
"id": "77211400",
"scheme": "CPV"
},
{
"description": "Tree-maintenance services",
"id": "77211500",
"scheme": "CPV"
},
{
"description": "Tree seeding",
"id": "77211600",
"scheme": "CPV"
},
{
"description": "Planting and maintenance services of green areas",
"id": "77310000",
"scheme": "CPV"
},
{
"description": "Tree pruning and hedge trimming",
"id": "77340000",
"scheme": "CPV"
},
{
"description": "Tree pruning",
"id": "77341000",
"scheme": "CPV"
},
{
"description": "Wildlife preservation services",
"id": "92534000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "9/SW",
"relatedLot": "9/SW"
},
{
"additionalClassifications": [
{
"description": "Artificial grass",
"id": "39293300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Landscaping work",
"id": "45112700",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Tree-clearing services",
"id": "77211300",
"scheme": "CPV"
},
{
"description": "Grassing services",
"id": "77314100",
"scheme": "CPV"
},
{
"description": "Tree-cutting services",
"id": "77211400",
"scheme": "CPV"
},
{
"description": "Tree-maintenance services",
"id": "77211500",
"scheme": "CPV"
},
{
"description": "Tree seeding",
"id": "77211600",
"scheme": "CPV"
},
{
"description": "Planting and maintenance services of green areas",
"id": "77310000",
"scheme": "CPV"
},
{
"description": "Tree pruning and hedge trimming",
"id": "77340000",
"scheme": "CPV"
},
{
"description": "Tree pruning",
"id": "77341000",
"scheme": "CPV"
},
{
"description": "Wildlife preservation services",
"id": "92534000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
}
],
"id": "9/M",
"relatedLot": "9/M"
},
{
"additionalClassifications": [
{
"description": "Artificial grass",
"id": "39293300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Landscaping work",
"id": "45112700",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Tree-clearing services",
"id": "77211300",
"scheme": "CPV"
},
{
"description": "Grassing services",
"id": "77314100",
"scheme": "CPV"
},
{
"description": "Tree-cutting services",
"id": "77211400",
"scheme": "CPV"
},
{
"description": "Tree-maintenance services",
"id": "77211500",
"scheme": "CPV"
},
{
"description": "Tree seeding",
"id": "77211600",
"scheme": "CPV"
},
{
"description": "Planting and maintenance services of green areas",
"id": "77310000",
"scheme": "CPV"
},
{
"description": "Tree pruning and hedge trimming",
"id": "77340000",
"scheme": "CPV"
},
{
"description": "Tree pruning",
"id": "77341000",
"scheme": "CPV"
},
{
"description": "Wildlife preservation services",
"id": "92534000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "9/E",
"relatedLot": "9/E"
},
{
"additionalClassifications": [
{
"description": "Road markings",
"id": "34922100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Road-surface painting work",
"id": "45233221",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
}
],
"id": "10/NE",
"relatedLot": "10/NE"
},
{
"additionalClassifications": [
{
"description": "Road markings",
"id": "34922100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Road-surface painting work",
"id": "45233221",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
}
],
"id": "10/NW",
"relatedLot": "10/NW"
},
{
"additionalClassifications": [
{
"description": "Road markings",
"id": "34922100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Road-surface painting work",
"id": "45233221",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "10/SE",
"relatedLot": "10/SE"
},
{
"additionalClassifications": [
{
"description": "Road markings",
"id": "34922100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Road-surface painting work",
"id": "45233221",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "10/SW",
"relatedLot": "10/SW"
},
{
"additionalClassifications": [
{
"description": "Road markings",
"id": "34922100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Road-surface painting work",
"id": "45233221",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
}
],
"id": "10/M",
"relatedLot": "10/M"
},
{
"additionalClassifications": [
{
"description": "Road markings",
"id": "34922100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Road-repair works",
"id": "45233142",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Surface work for highways",
"id": "45233210",
"scheme": "CPV"
},
{
"description": "Surface work for roads",
"id": "45233220",
"scheme": "CPV"
},
{
"description": "Road-surface painting work",
"id": "45233221",
"scheme": "CPV"
},
{
"description": "Carriageway resurfacing works",
"id": "45233223",
"scheme": "CPV"
},
{
"description": "Resurfacing works",
"id": "45233251",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "10/E",
"relatedLot": "10/E"
},
{
"additionalClassifications": [
{
"description": "Electrical machinery, apparatus, equipment and consumables; lighting",
"id": "31000000",
"scheme": "CPV"
},
{
"description": "Lighting equipment and electric lamps",
"id": "31500000",
"scheme": "CPV"
},
{
"description": "Illuminated signs and nameplates",
"id": "31523000",
"scheme": "CPV"
},
{
"description": "Parts of lamps and lighting equipment",
"id": "31530000",
"scheme": "CPV"
},
{
"description": "Street-lighting equipment",
"id": "34928500",
"scheme": "CPV"
},
{
"description": "Street-lighting columns",
"id": "34928510",
"scheme": "CPV"
},
{
"description": "Signs and illuminated signs",
"id": "34992000",
"scheme": "CPV"
},
{
"description": "Illuminated traffic signs",
"id": "34992100",
"scheme": "CPV"
},
{
"description": "Tunnel lighting",
"id": "34993100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
},
{
"description": "Installation of road lighting equipment",
"id": "45316110",
"scheme": "CPV"
},
{
"description": "Installation of illuminated road signs",
"id": "45316211",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Street-lighting maintenance services",
"id": "50232100",
"scheme": "CPV"
},
{
"description": "Commissioning of public lighting installations",
"id": "50232110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
}
],
"id": "11/NE",
"relatedLot": "11/NE"
},
{
"additionalClassifications": [
{
"description": "Electrical machinery, apparatus, equipment and consumables; lighting",
"id": "31000000",
"scheme": "CPV"
},
{
"description": "Lighting equipment and electric lamps",
"id": "31500000",
"scheme": "CPV"
},
{
"description": "Illuminated signs and nameplates",
"id": "31523000",
"scheme": "CPV"
},
{
"description": "Parts of lamps and lighting equipment",
"id": "31530000",
"scheme": "CPV"
},
{
"description": "Street-lighting equipment",
"id": "34928500",
"scheme": "CPV"
},
{
"description": "Street-lighting columns",
"id": "34928510",
"scheme": "CPV"
},
{
"description": "Signs and illuminated signs",
"id": "34992000",
"scheme": "CPV"
},
{
"description": "Illuminated traffic signs",
"id": "34992100",
"scheme": "CPV"
},
{
"description": "Tunnel lighting",
"id": "34993100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
},
{
"description": "Installation of road lighting equipment",
"id": "45316110",
"scheme": "CPV"
},
{
"description": "Installation of illuminated road signs",
"id": "45316211",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Street-lighting maintenance services",
"id": "50232100",
"scheme": "CPV"
},
{
"description": "Commissioning of public lighting installations",
"id": "50232110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
}
],
"id": "11/NW",
"relatedLot": "11/NW"
},
{
"additionalClassifications": [
{
"description": "Electrical machinery, apparatus, equipment and consumables; lighting",
"id": "31000000",
"scheme": "CPV"
},
{
"description": "Lighting equipment and electric lamps",
"id": "31500000",
"scheme": "CPV"
},
{
"description": "Illuminated signs and nameplates",
"id": "31523000",
"scheme": "CPV"
},
{
"description": "Parts of lamps and lighting equipment",
"id": "31530000",
"scheme": "CPV"
},
{
"description": "Street-lighting equipment",
"id": "34928500",
"scheme": "CPV"
},
{
"description": "Street-lighting columns",
"id": "34928510",
"scheme": "CPV"
},
{
"description": "Signs and illuminated signs",
"id": "34992000",
"scheme": "CPV"
},
{
"description": "Illuminated traffic signs",
"id": "34992100",
"scheme": "CPV"
},
{
"description": "Tunnel lighting",
"id": "34993100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
},
{
"description": "Installation of road lighting equipment",
"id": "45316110",
"scheme": "CPV"
},
{
"description": "Installation of illuminated road signs",
"id": "45316211",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Street-lighting maintenance services",
"id": "50232100",
"scheme": "CPV"
},
{
"description": "Commissioning of public lighting installations",
"id": "50232110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "11/SE",
"relatedLot": "11/SE"
},
{
"additionalClassifications": [
{
"description": "Electrical machinery, apparatus, equipment and consumables; lighting",
"id": "31000000",
"scheme": "CPV"
},
{
"description": "Lighting equipment and electric lamps",
"id": "31500000",
"scheme": "CPV"
},
{
"description": "Illuminated signs and nameplates",
"id": "31523000",
"scheme": "CPV"
},
{
"description": "Parts of lamps and lighting equipment",
"id": "31530000",
"scheme": "CPV"
},
{
"description": "Street-lighting equipment",
"id": "34928500",
"scheme": "CPV"
},
{
"description": "Street-lighting columns",
"id": "34928510",
"scheme": "CPV"
},
{
"description": "Signs and illuminated signs",
"id": "34992000",
"scheme": "CPV"
},
{
"description": "Illuminated traffic signs",
"id": "34992100",
"scheme": "CPV"
},
{
"description": "Tunnel lighting",
"id": "34993100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
},
{
"description": "Installation of road lighting equipment",
"id": "45316110",
"scheme": "CPV"
},
{
"description": "Installation of illuminated road signs",
"id": "45316211",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Street-lighting maintenance services",
"id": "50232100",
"scheme": "CPV"
},
{
"description": "Commissioning of public lighting installations",
"id": "50232110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "11/SW",
"relatedLot": "11/SW"
},
{
"additionalClassifications": [
{
"description": "Electrical machinery, apparatus, equipment and consumables; lighting",
"id": "31000000",
"scheme": "CPV"
},
{
"description": "Lighting equipment and electric lamps",
"id": "31500000",
"scheme": "CPV"
},
{
"description": "Illuminated signs and nameplates",
"id": "31523000",
"scheme": "CPV"
},
{
"description": "Parts of lamps and lighting equipment",
"id": "31530000",
"scheme": "CPV"
},
{
"description": "Street-lighting equipment",
"id": "34928500",
"scheme": "CPV"
},
{
"description": "Street-lighting columns",
"id": "34928510",
"scheme": "CPV"
},
{
"description": "Signs and illuminated signs",
"id": "34992000",
"scheme": "CPV"
},
{
"description": "Illuminated traffic signs",
"id": "34992100",
"scheme": "CPV"
},
{
"description": "Tunnel lighting",
"id": "34993100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
},
{
"description": "Installation of road lighting equipment",
"id": "45316110",
"scheme": "CPV"
},
{
"description": "Installation of illuminated road signs",
"id": "45316211",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Street-lighting maintenance services",
"id": "50232100",
"scheme": "CPV"
},
{
"description": "Commissioning of public lighting installations",
"id": "50232110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
}
],
"id": "11/M",
"relatedLot": "11/M"
},
{
"additionalClassifications": [
{
"description": "Electrical machinery, apparatus, equipment and consumables; lighting",
"id": "31000000",
"scheme": "CPV"
},
{
"description": "Lighting equipment and electric lamps",
"id": "31500000",
"scheme": "CPV"
},
{
"description": "Illuminated signs and nameplates",
"id": "31523000",
"scheme": "CPV"
},
{
"description": "Parts of lamps and lighting equipment",
"id": "31530000",
"scheme": "CPV"
},
{
"description": "Street-lighting equipment",
"id": "34928500",
"scheme": "CPV"
},
{
"description": "Street-lighting columns",
"id": "34928510",
"scheme": "CPV"
},
{
"description": "Signs and illuminated signs",
"id": "34992000",
"scheme": "CPV"
},
{
"description": "Illuminated traffic signs",
"id": "34992100",
"scheme": "CPV"
},
{
"description": "Tunnel lighting",
"id": "34993100",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
},
{
"description": "Installation of road lighting equipment",
"id": "45316110",
"scheme": "CPV"
},
{
"description": "Installation of illuminated road signs",
"id": "45316211",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Maintenance services of public-lighting installations and traffic lights",
"id": "50232000",
"scheme": "CPV"
},
{
"description": "Street-lighting maintenance services",
"id": "50232100",
"scheme": "CPV"
},
{
"description": "Commissioning of public lighting installations",
"id": "50232110",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "11/E",
"relatedLot": "11/E"
},
{
"additionalClassifications": [
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
}
],
"id": "12/NE",
"relatedLot": "12/NE"
},
{
"additionalClassifications": [
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
}
],
"id": "12/NW",
"relatedLot": "12/NW"
},
{
"additionalClassifications": [
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "12/SE",
"relatedLot": "12/SE"
},
{
"additionalClassifications": [
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "12/SW",
"relatedLot": "12/SW"
},
{
"additionalClassifications": [
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
}
],
"id": "12/M",
"relatedLot": "12/M"
},
{
"additionalClassifications": [
{
"description": "Crash barriers",
"id": "34928100",
"scheme": "CPV"
},
{
"description": "Road barriers",
"id": "34928110",
"scheme": "CPV"
},
{
"description": "Safety barriers",
"id": "34928300",
"scheme": "CPV"
},
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Construction work for buildings relating to road transport",
"id": "45213310",
"scheme": "CPV"
},
{
"description": "Construction work for highways, roads",
"id": "45233100",
"scheme": "CPV"
},
{
"description": "Road construction works",
"id": "45233120",
"scheme": "CPV"
},
{
"description": "Main road construction works",
"id": "45233121",
"scheme": "CPV"
},
{
"description": "Road-maintenance works",
"id": "45233141",
"scheme": "CPV"
},
{
"description": "Traffic-calming works",
"id": "45233150",
"scheme": "CPV"
},
{
"description": "Erection of road-barriers",
"id": "45233280",
"scheme": "CPV"
},
{
"description": "Foundation work for highways",
"id": "45233310",
"scheme": "CPV"
},
{
"description": "Fencing, railing and safety equipment installation work",
"id": "45340000",
"scheme": "CPV"
},
{
"description": "Repair and maintenance services",
"id": "50000000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment",
"id": "50200000",
"scheme": "CPV"
},
{
"description": "Repair, maintenance and associated services related to roads and other equipment",
"id": "50230000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "12/E",
"relatedLot": "12/E"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lotDetails": {
"awardCriteriaDetails": "Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot 1 is for more complex Work Orders for which the Client requires a single prime supplier to both deliver (via self-delivery and sub-contracts) and manage schemes which could include any or all of the scope for other Lots (excluding the design Lots), including the option to deliver scheme(s) as design \u0026 build. The Lot covers the supply of products, materials, plant, equipment and people to carry out construction, removal activities and Framework Mobilisation. \nThe procurement procedure for this Lot will be Process 1.",
"hasOptions": true,
"id": "1",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 10
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum.",
"forReduction": true
}
]
},
"status": "active",
"title": "Main Contractor (National)",
"value": {
"amount": 1551203809,
"amountGross": 1861444571,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (2/NE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:\n\u2022\thighway drainage assets,\n\u2022\tpipes, \n\u2022\tditches, \n\u2022\tswales, \n\u2022\tponds, \n\u2022\tthe control and disposal of contaminated material, \n\u2022\tassociated technology works,\n\u2022\tearthworks,\n\u2022\tducting,\n\u2022\tkerbing, \n\u2022\tfootways, \n\u2022\trigid pavement, \n\u2022\tretexturing of exposed concrete pavement, \n\u2022\tsite clearance, \n\u2022\tbrick, block and stonework, \n\u2022\tpiling, \n\u2022\ttemporary works required to ensure a safe method of working,\n\u2022\tdemolition,\n\u2022\tstructural steelworks, \n\u2022\treinforced earth abutments, \n\u2022\twingwalls, \n\u2022\tretaining walls, \n\u2022\tconcrete, \n\u2022\tasbestos removal (planned), \n\u2022\tearthwork stabilisation, \n\u2022\tcounterfort drains, \n\u2022\tsoil nailing, \n\u2022\tgrounder anchors, \n\u2022\tslope netting (rock and soil), \n\u2022\trock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and \n\u2022\t\u2018innovative\u2019 stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.\nThis Lot covers all works related to drainage as defined by series 500 of the \u201cManual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\u201d (or any subsequent iteration). \nThis Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation, \n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tundertaking the lead contractor role as required by any Work Order,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"hasOptions": true,
"id": "2/NE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "General Civils, Drainage \u0026 Concrete (North East)",
"value": {
"amount": 98100000,
"amountGross": 117720000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (2/NW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:\n\u2022\thighway drainage assets,\n\u2022\tpipes, \n\u2022\tditches, \n\u2022\tswales, \n\u2022\tponds, \n\u2022\tthe control and disposal of contaminated material, \n\u2022\tassociated technology works,\n\u2022\tearthworks,\n\u2022\tducting,\n\u2022\tkerbing, \n\u2022\tfootways, \n\u2022\trigid pavement, \n\u2022\tretexturing of exposed concrete pavement, \n\u2022\tsite clearance, \n\u2022\tbrick, block and stonework, \n\u2022\tpiling, \n\u2022\ttemporary works required to ensure a safe method of working,\n\u2022\tdemolition,\n\u2022\tstructural steelworks, \n\u2022\treinforced earth abutments, \n\u2022\twingwalls, \n\u2022\tretaining walls, \n\u2022\tconcrete, \n\u2022\tasbestos removal (planned), \n\u2022\tearthwork stabilisation, \n\u2022\tcounterfort drains, \n\u2022\tsoil nailing, \n\u2022\tgrounder anchors, \n\u2022\tslope netting (rock and soil), \n\u2022\trock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and \n\u2022\t\u2018innovative\u2019 stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.\nThis Lot covers all works related to drainage as defined by series 500 of the \u201cManual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\u201d (or any subsequent iteration). \nThis Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation, \n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tundertaking the lead contractor role as required by any Work Order,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"hasOptions": true,
"id": "2/NW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "General Civils, Drainage \u0026 Concrete (North West)",
"value": {
"amount": 164257911,
"amountGross": 197109493,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (2/SE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:\n\u2022\thighway drainage assets,\n\u2022\tpipes, \n\u2022\tditches, \n\u2022\tswales, \n\u2022\tponds, \n\u2022\tthe control and disposal of contaminated material, \n\u2022\tassociated technology works,\n\u2022\tearthworks,\n\u2022\tducting,\n\u2022\tkerbing, \n\u2022\tfootways, \n\u2022\trigid pavement, \n\u2022\tretexturing of exposed concrete pavement, \n\u2022\tsite clearance, \n\u2022\tbrick, block and stonework, \n\u2022\tpiling, \n\u2022\ttemporary works required to ensure a safe method of working,\n\u2022\tdemolition,\n\u2022\tstructural steelworks, \n\u2022\treinforced earth abutments, \n\u2022\twingwalls, \n\u2022\tretaining walls, \n\u2022\tconcrete, \n\u2022\tasbestos removal (planned), \n\u2022\tearthwork stabilisation, \n\u2022\tcounterfort drains, \n\u2022\tsoil nailing, \n\u2022\tgrounder anchors, \n\u2022\tslope netting (rock and soil), \n\u2022\trock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and \n\u2022\t\u2018innovative\u2019 stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.\nThis Lot covers all works related to drainage as defined by series 500 of the \u201cManual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\u201d (or any subsequent iteration). \nThis Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation, \n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tundertaking the lead contractor role as required by any Work Order,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"hasOptions": true,
"id": "2/SE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "General Civils, Drainage \u0026 Concrete (South East)",
"value": {
"amount": 255454445,
"amountGross": 306545334,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (2/SW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:\n\u2022\thighway drainage assets,\n\u2022\tpipes, \n\u2022\tditches, \n\u2022\tswales, \n\u2022\tponds, \n\u2022\tthe control and disposal of contaminated material, \n\u2022\tassociated technology works,\n\u2022\tearthworks,\n\u2022\tducting,\n\u2022\tkerbing, \n\u2022\tfootways, \n\u2022\trigid pavement, \n\u2022\tretexturing of exposed concrete pavement, \n\u2022\tsite clearance, \n\u2022\tbrick, block and stonework, \n\u2022\tpiling, \n\u2022\ttemporary works required to ensure a safe method of working,\n\u2022\tdemolition,\n\u2022\tstructural steelworks, \n\u2022\treinforced earth abutments, \n\u2022\twingwalls, \n\u2022\tretaining walls, \n\u2022\tconcrete, \n\u2022\tasbestos removal (planned), \n\u2022\tearthwork stabilisation, \n\u2022\tcounterfort drains, \n\u2022\tsoil nailing, \n\u2022\tgrounder anchors, \n\u2022\tslope netting (rock and soil), \n\u2022\trock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and \n\u2022\t\u2018innovative\u2019 stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.\nThis Lot covers all works related to drainage as defined by series 500 of the \u201cManual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\u201d (or any subsequent iteration). \nThis Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation, \n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tundertaking the lead contractor role as required by any Work Order,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"hasOptions": true,
"id": "2/SW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "General Civils, Drainage \u0026 Concrete (South West)",
"value": {
"amount": 358485819,
"amountGross": 430182983,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (2/M) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:\n\u2022\thighway drainage assets,\n\u2022\tpipes, \n\u2022\tditches, \n\u2022\tswales, \n\u2022\tponds, \n\u2022\tthe control and disposal of contaminated material, \n\u2022\tassociated technology works,\n\u2022\tearthworks,\n\u2022\tducting,\n\u2022\tkerbing, \n\u2022\tfootways, \n\u2022\trigid pavement, \n\u2022\tretexturing of exposed concrete pavement, \n\u2022\tsite clearance, \n\u2022\tbrick, block and stonework, \n\u2022\tpiling, \n\u2022\ttemporary works required to ensure a safe method of working,\n\u2022\tdemolition,\n\u2022\tstructural steelworks, \n\u2022\treinforced earth abutments, \n\u2022\twingwalls, \n\u2022\tretaining walls, \n\u2022\tconcrete, \n\u2022\tasbestos removal (planned), \n\u2022\tearthwork stabilisation, \n\u2022\tcounterfort drains, \n\u2022\tsoil nailing, \n\u2022\tgrounder anchors, \n\u2022\tslope netting (rock and soil), \n\u2022\trock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and \n\u2022\t\u2018innovative\u2019 stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.\nThis Lot covers all works related to drainage as defined by series 500 of the \u201cManual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\u201d (or any subsequent iteration). \nThis Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation, \n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tundertaking the lead contractor role as required by any Work Order,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"hasOptions": true,
"id": "2/M",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "General Civils, Drainage \u0026 Concrete (Midlands)",
"value": {
"amount": 145250000,
"amountGross": 174300000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (2/E) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including:\n\u2022\thighway drainage assets,\n\u2022\tpipes, \n\u2022\tditches, \n\u2022\tswales, \n\u2022\tponds, \n\u2022\tthe control and disposal of contaminated material, \n\u2022\tassociated technology works,\n\u2022\tearthworks,\n\u2022\tducting,\n\u2022\tkerbing, \n\u2022\tfootways, \n\u2022\trigid pavement, \n\u2022\tretexturing of exposed concrete pavement, \n\u2022\tsite clearance, \n\u2022\tbrick, block and stonework, \n\u2022\tpiling, \n\u2022\ttemporary works required to ensure a safe method of working,\n\u2022\tdemolition,\n\u2022\tstructural steelworks, \n\u2022\treinforced earth abutments, \n\u2022\twingwalls, \n\u2022\tretaining walls, \n\u2022\tconcrete, \n\u2022\tasbestos removal (planned), \n\u2022\tearthwork stabilisation, \n\u2022\tcounterfort drains, \n\u2022\tsoil nailing, \n\u2022\tgrounder anchors, \n\u2022\tslope netting (rock and soil), \n\u2022\trock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and \n\u2022\t\u2018innovative\u2019 stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil.\nThis Lot covers all works related to drainage as defined by series 500 of the \u201cManual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\u201d (or any subsequent iteration). \nThis Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation, \n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tundertaking the lead contractor role as required by any Work Order,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
"hasOptions": true,
"id": "2/E",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "General Civils, Drainage \u0026 Concrete (East of England)",
"value": {
"amount": 315938792,
"amountGross": 379126551,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (3/NE) covers:\n\u2022\thighway maintenance, renewal, small improvements and associated services for pavements and\n\u2022\tthe supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including\no\tbituminous and associated concrete pavement repairs, \no\tsurface restoration techniques, \no\tplanning, \no\tpaving, \no\tretexturing,\no\thigh friction surfacing,\no\tiron work adjustment and renewal, \no\tcold applied ultra-thin surfacing (CAUTS), \no\thydraulically bound mixtures, \no\tin-situ and ex-situ recycling, \no\tloops and associated works,\no\tfootway surfacing and asphalt kerbing and \no\ttemporary works. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tthe provision of welfare facilities, \n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tpre-construction services, \n\u00b7\tearly engagement, \n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"hasOptions": true,
"id": "3/NE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Pavements (North East)",
"value": {
"amount": 444000000,
"amountGross": 532800000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (3/NW) covers:\n\u2022\thighway maintenance, renewal, small improvements and associated services for pavements and\n\u2022\tthe supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including\no\tbituminous and associated concrete pavement repairs, \no\tsurface restoration techniques, \no\tplanning, \no\tpaving, \no\tretexturing,\no\thigh friction surfacing,\no\tiron work adjustment and renewal, \no\tcold applied ultra-thin surfacing (CAUTS), \no\thydraulically bound mixtures, \no\tin-situ and ex-situ recycling, \no\tloops and associated works,\no\tfootway surfacing and asphalt kerbing and \no\ttemporary works. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tthe provision of welfare facilities, \n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tpre-construction services, \n\u00b7\tearly engagement, \n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"hasOptions": true,
"id": "3/NW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Pavements (North West)",
"value": {
"amount": 404239320,
"amountGross": 485087184,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (3/SE) covers:\n\u2022\thighway maintenance, renewal, small improvements and associated services for pavements and\n\u2022\tthe supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including\no\tbituminous and associated concrete pavement repairs, \no\tsurface restoration techniques, \no\tplanning, \no\tpaving, \no\tretexturing,\no\thigh friction surfacing,\no\tiron work adjustment and renewal, \no\tcold applied ultra-thin surfacing (CAUTS), \no\thydraulically bound mixtures, \no\tin-situ and ex-situ recycling, \no\tloops and associated works,\no\tfootway surfacing and asphalt kerbing and \no\ttemporary works. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tthe provision of welfare facilities, \n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tpre-construction services, \n\u00b7\tearly engagement, \n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"hasOptions": true,
"id": "3/SE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Pavements (South East)",
"value": {
"amount": 312936681,
"amountGross": 375524017,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (3/SW) covers:\n\u2022\thighway maintenance, renewal, small improvements and associated services for pavements and\n\u2022\tthe supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including\no\tbituminous and associated concrete pavement repairs, \no\tsurface restoration techniques, \no\tplanning, \no\tpaving, \no\tretexturing,\no\thigh friction surfacing,\no\tiron work adjustment and renewal, \no\tcold applied ultra-thin surfacing (CAUTS), \no\thydraulically bound mixtures, \no\tin-situ and ex-situ recycling, \no\tloops and associated works,\no\tfootway surfacing and asphalt kerbing and \no\ttemporary works. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tthe provision of welfare facilities, \n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tpre-construction services, \n\u00b7\tearly engagement, \n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"hasOptions": true,
"id": "3/SW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Pavements (South West)",
"value": {
"amount": 292323882,
"amountGross": 350788658,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (3/M) covers:\n\u2022\thighway maintenance, renewal, small improvements and associated services for pavements and\n\u2022\tthe supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including\no\tbituminous and associated concrete pavement repairs, \no\tsurface restoration techniques, \no\tplanning, \no\tpaving, \no\tretexturing,\no\thigh friction surfacing,\no\tiron work adjustment and renewal, \no\tcold applied ultra-thin surfacing (CAUTS), \no\thydraulically bound mixtures, \no\tin-situ and ex-situ recycling, \no\tloops and associated works,\no\tfootway surfacing and asphalt kerbing and \no\ttemporary works. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tthe provision of welfare facilities, \n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tpre-construction services, \n\u00b7\tearly engagement, \n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"hasOptions": true,
"id": "3/M",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Pavements (Midlands)",
"value": {
"amount": 565000000,
"amountGross": 678000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (3/E) covers:\n\u2022\thighway maintenance, renewal, small improvements and associated services for pavements and\n\u2022\tthe supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including\no\tbituminous and associated concrete pavement repairs, \no\tsurface restoration techniques, \no\tplanning, \no\tpaving, \no\tretexturing,\no\thigh friction surfacing,\no\tiron work adjustment and renewal, \no\tcold applied ultra-thin surfacing (CAUTS), \no\thydraulically bound mixtures, \no\tin-situ and ex-situ recycling, \no\tloops and associated works,\no\tfootway surfacing and asphalt kerbing and \no\ttemporary works. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tthe provision of welfare facilities, \n\u00b7\tundertaking the principal contractor role as required by the Client, \n\u00b7\tundertaking the principal designer role as required by the Client (optional),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tpre-construction services, \n\u00b7\tearly engagement, \n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
"hasOptions": true,
"id": "3/E",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Pavements (East of England)",
"value": {
"amount": 462053912,
"amountGross": 554464694,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot 4 covers the supply of materials, plant, equipment and people to carry out construction, commissioning, integrated commissioning, integrated testing and removal activities within and related to road tunnels, including the option to deliver scheme(s) as design \u0026 build. Scope includes but not limited to\n\u2022\telectrical systems, \n\u2022\tmechanical systems, \n\u2022\ttechnology systems and \n\u2022\tdesign and installation of temporary works. \nSuppliers may be provided with specialist technology assets by the Client. \nOther duties \nThis Lot also includes the following activities\n\u2022\tFramework Mobilisation, \n\u2022\tmobilisation for the purpose of the activities set out above,\n\u2022\tcarrying out surveys, \n\u2022\tfault finding and diagnostics, \n\u2022\tpre-construction services,\n\u2022\tearly engagement,\n\u2022\tundertaking the principal designer role as required by the Client, \n\u2022\tundertaking the principal contractor role as required by the Client, \n\u2022\tthe provision of welfare facilities,\n\u2022\tthe delivery of incident response (rapid response), \n\u2022\tthe management of network occupancy, \n\u2022\tcommunity and \n\u2022\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.",
"hasOptions": true,
"id": "4",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 4
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Tunnels (National)",
"value": {
"amount": 28000000,
"amountGross": 33600000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (5.1/North) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: \n\u2022\tstructures, \n\u2022\tlandscaping, \n\u2022\tpavements, \n\u2022\tdrainage, \n\u2022\ttraffic modelling, \n\u2022\ttraffic signals, \n\u2022\tgeometrical designs, \n\u2022\tgeotechnics, \n\u2022\ttechnology, \n\u2022\tlighting, \n\u2022\tmotorway communications,\n\u2022\tenvironmental, \n\u2022\tnoise quality (including non-invasive surveys), \n\u2022\tair quality (including non-invasive surveys), \n\u2022\tvehicle restraint systems, \n\u2022\tdepots, \n\u2022\tpreparation of contract documents, \n\u2022\tsite supervision and \n\u2022\tstakeholder engagement/consultation. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tFramework Mobilisation,\n\u00b7\tframework mobilisation for the purpose of the activities set out above,\n\u00b7\tcarrying out surveys (intrusive and non-intrusive),\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal designer role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 1.\nThe maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8",
"hasOptions": true,
"id": "5.1/North",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 8
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Technology Design (North East, North West \u0026 Midlands)",
"value": {
"amount": 85157241,
"amountGross": 102188689,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (5.1/South) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: \n\u2022\tstructures, \n\u2022\tlandscaping, \n\u2022\tpavements, \n\u2022\tdrainage, \n\u2022\ttraffic modelling, \n\u2022\ttraffic signals, \n\u2022\tgeometrical designs, \n\u2022\tgeotechnics, \n\u2022\ttechnology, \n\u2022\tlighting, \n\u2022\tmotorway communications,\n\u2022\tenvironmental, \n\u2022\tnoise quality (including non-invasive surveys), \n\u2022\tair quality (including non-invasive surveys), \n\u2022\tvehicle restraint systems, \n\u2022\tdepots, \n\u2022\tpreparation of contract documents, \n\u2022\tsite supervision and \n\u2022\tstakeholder engagement/consultation. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tFramework Mobilisation,\n\u00b7\tframework mobilisation for the purpose of the activities set out above,\n\u00b7\tcarrying out surveys (intrusive and non-intrusive),\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal designer role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 1.\nThe maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8",
"hasOptions": true,
"id": "5.1/South",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 8
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Technology Design (South East, South West \u0026 East of England)",
"value": {
"amount": 80145931,
"amountGross": 96175117,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (5.2/NE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: \n\u2022\tstructures, \n\u2022\tlandscaping, \n\u2022\tpavements, \n\u2022\tdrainage, \n\u2022\tearthworks, \n\u2022\ttraffic signals and signs, \n\u2022\tgeometrical designs, \n\u2022\tgeotechnics, \n\u2022\tlighting, \n\u2022\tmotorway communications, \n\u2022\tenvironmental, \n\u2022\tnoise quality (including non-invasive surveys), \n\u2022\tair quality (including non-invasive surveys), \n\u2022\tvehicle restraint systems, \n\u2022\tdepots, \n\u2022\tpreparation of contract documents, \n\u2022\tsite supervision, \n\u2022\tstakeholder engagement/consultation\n\u2022\tnon-technology schemes that have technology design.\nOther duties \nThis Lot also includes the following activities;\n\u00b7\tFramework Mobilisation,\n\u00b7\tframework mobilisation for the purpose of the activities set out in above,\n\u00b7\tcarrying out surveys (intrusive and non-intrusive),\n\u00b7\tearly engagement,\n\u00b7\tdesign validation,\n\u00b7\tundertaking the principal designer role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\tundertaking the role of technical advisor as required by the Client,\n\u00b7\tundertaking the role of independent works examiner as required by the Client, \n\u00b7\tmodelling services (e.g. traffic and economic),\n\u00b7\tsupporting governance submissions for both the Client and DfT,\n\u00b7\tcreating business cases in line with the Treasury green book requirements,\n\u00b7\tland referencing, \n\u00b7\tplanning submissions including development consent orders (DCO),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tdemobilisation,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 1.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"hasOptions": true,
"id": "5.2/NE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Design (North East)",
"value": {
"amount": 114384096,
"amountGross": 137260915,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (5.2/NW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: \n\u2022\tstructures, \n\u2022\tlandscaping, \n\u2022\tpavements, \n\u2022\tdrainage, \n\u2022\tearthworks, \n\u2022\ttraffic signals and signs, \n\u2022\tgeometrical designs, \n\u2022\tgeotechnics, \n\u2022\tlighting, \n\u2022\tmotorway communications, \n\u2022\tenvironmental, \n\u2022\tnoise quality (including non-invasive surveys), \n\u2022\tair quality (including non-invasive surveys), \n\u2022\tvehicle restraint systems, \n\u2022\tdepots, \n\u2022\tpreparation of contract documents, \n\u2022\tsite supervision, \n\u2022\tstakeholder engagement/consultation\n\u2022\tnon-technology schemes that have technology design.\nOther duties \nThis Lot also includes the following activities;\n\u00b7\tFramework Mobilisation,\n\u00b7\tframework mobilisation for the purpose of the activities set out in above,\n\u00b7\tcarrying out surveys (intrusive and non-intrusive),\n\u00b7\tearly engagement,\n\u00b7\tdesign validation,\n\u00b7\tundertaking the principal designer role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\tundertaking the role of technical advisor as required by the Client,\n\u00b7\tundertaking the role of independent works examiner as required by the Client, \n\u00b7\tmodelling services (e.g. traffic and economic),\n\u00b7\tsupporting governance submissions for both the Client and DfT,\n\u00b7\tcreating business cases in line with the Treasury green book requirements,\n\u00b7\tland referencing, \n\u00b7\tplanning submissions including development consent orders (DCO),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tdemobilisation,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 1.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"hasOptions": true,
"id": "5.2/NW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Design (North West)",
"value": {
"amount": 132397378,
"amountGross": 158876854,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (5.2/SE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: \n\u2022\tstructures, \n\u2022\tlandscaping, \n\u2022\tpavements, \n\u2022\tdrainage, \n\u2022\tearthworks, \n\u2022\ttraffic signals and signs, \n\u2022\tgeometrical designs, \n\u2022\tgeotechnics, \n\u2022\tlighting, \n\u2022\tmotorway communications, \n\u2022\tenvironmental, \n\u2022\tnoise quality (including non-invasive surveys), \n\u2022\tair quality (including non-invasive surveys), \n\u2022\tvehicle restraint systems, \n\u2022\tdepots, \n\u2022\tpreparation of contract documents, \n\u2022\tsite supervision, \n\u2022\tstakeholder engagement/consultation\n\u2022\tnon-technology schemes that have technology design.\nOther duties \nThis Lot also includes the following activities;\n\u00b7\tFramework Mobilisation,\n\u00b7\tframework mobilisation for the purpose of the activities set out in above,\n\u00b7\tcarrying out surveys (intrusive and non-intrusive),\n\u00b7\tearly engagement,\n\u00b7\tdesign validation,\n\u00b7\tundertaking the principal designer role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\tundertaking the role of technical advisor as required by the Client,\n\u00b7\tundertaking the role of independent works examiner as required by the Client, \n\u00b7\tmodelling services (e.g. traffic and economic),\n\u00b7\tsupporting governance submissions for both the Client and DfT,\n\u00b7\tcreating business cases in line with the Treasury green book requirements,\n\u00b7\tland referencing, \n\u00b7\tplanning submissions including development consent orders (DCO),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tdemobilisation,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 1.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"hasOptions": true,
"id": "5.2/SE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Design (South East)",
"value": {
"amount": 113314560,
"amountGross": 135977472,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (5.2/SW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: \n\u2022\tstructures, \n\u2022\tlandscaping, \n\u2022\tpavements, \n\u2022\tdrainage, \n\u2022\tearthworks, \n\u2022\ttraffic signals and signs, \n\u2022\tgeometrical designs, \n\u2022\tgeotechnics, \n\u2022\tlighting, \n\u2022\tmotorway communications, \n\u2022\tenvironmental, \n\u2022\tnoise quality (including non-invasive surveys), \n\u2022\tair quality (including non-invasive surveys), \n\u2022\tvehicle restraint systems, \n\u2022\tdepots, \n\u2022\tpreparation of contract documents, \n\u2022\tsite supervision, \n\u2022\tstakeholder engagement/consultation\n\u2022\tnon-technology schemes that have technology design.\nOther duties \nThis Lot also includes the following activities;\n\u00b7\tFramework Mobilisation,\n\u00b7\tframework mobilisation for the purpose of the activities set out in above,\n\u00b7\tcarrying out surveys (intrusive and non-intrusive),\n\u00b7\tearly engagement,\n\u00b7\tdesign validation,\n\u00b7\tundertaking the principal designer role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\tundertaking the role of technical advisor as required by the Client,\n\u00b7\tundertaking the role of independent works examiner as required by the Client, \n\u00b7\tmodelling services (e.g. traffic and economic),\n\u00b7\tsupporting governance submissions for both the Client and DfT,\n\u00b7\tcreating business cases in line with the Treasury green book requirements,\n\u00b7\tland referencing, \n\u00b7\tplanning submissions including development consent orders (DCO),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tdemobilisation,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 1.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"hasOptions": true,
"id": "5.2/SW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Design (South West)",
"value": {
"amount": 105783212,
"amountGross": 126939854,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (5.2/M) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: \n\u2022\tstructures, \n\u2022\tlandscaping, \n\u2022\tpavements, \n\u2022\tdrainage, \n\u2022\tearthworks, \n\u2022\ttraffic signals and signs, \n\u2022\tgeometrical designs, \n\u2022\tgeotechnics, \n\u2022\tlighting, \n\u2022\tmotorway communications, \n\u2022\tenvironmental, \n\u2022\tnoise quality (including non-invasive surveys), \n\u2022\tair quality (including non-invasive surveys), \n\u2022\tvehicle restraint systems, \n\u2022\tdepots, \n\u2022\tpreparation of contract documents, \n\u2022\tsite supervision, \n\u2022\tstakeholder engagement/consultation\n\u2022\tnon-technology schemes that have technology design.\nOther duties \nThis Lot also includes the following activities;\n\u00b7\tFramework Mobilisation,\n\u00b7\tframework mobilisation for the purpose of the activities set out in above,\n\u00b7\tcarrying out surveys (intrusive and non-intrusive),\n\u00b7\tearly engagement,\n\u00b7\tdesign validation,\n\u00b7\tundertaking the principal designer role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\tundertaking the role of technical advisor as required by the Client,\n\u00b7\tundertaking the role of independent works examiner as required by the Client, \n\u00b7\tmodelling services (e.g. traffic and economic),\n\u00b7\tsupporting governance submissions for both the Client and DfT,\n\u00b7\tcreating business cases in line with the Treasury green book requirements,\n\u00b7\tland referencing, \n\u00b7\tplanning submissions including development consent orders (DCO),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tdemobilisation,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 1.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"hasOptions": true,
"id": "5.2/M",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Design (Midlands)",
"value": {
"amount": 74135000,
"amountGross": 88962000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (5.2/E) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: \n\u2022\tstructures, \n\u2022\tlandscaping, \n\u2022\tpavements, \n\u2022\tdrainage, \n\u2022\tearthworks, \n\u2022\ttraffic signals and signs, \n\u2022\tgeometrical designs, \n\u2022\tgeotechnics, \n\u2022\tlighting, \n\u2022\tmotorway communications, \n\u2022\tenvironmental, \n\u2022\tnoise quality (including non-invasive surveys), \n\u2022\tair quality (including non-invasive surveys), \n\u2022\tvehicle restraint systems, \n\u2022\tdepots, \n\u2022\tpreparation of contract documents, \n\u2022\tsite supervision, \n\u2022\tstakeholder engagement/consultation\n\u2022\tnon-technology schemes that have technology design.\nOther duties \nThis Lot also includes the following activities;\n\u00b7\tFramework Mobilisation,\n\u00b7\tframework mobilisation for the purpose of the activities set out in above,\n\u00b7\tcarrying out surveys (intrusive and non-intrusive),\n\u00b7\tearly engagement,\n\u00b7\tdesign validation,\n\u00b7\tundertaking the principal designer role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\tundertaking the role of technical advisor as required by the Client,\n\u00b7\tundertaking the role of independent works examiner as required by the Client, \n\u00b7\tmodelling services (e.g. traffic and economic),\n\u00b7\tsupporting governance submissions for both the Client and DfT,\n\u00b7\tcreating business cases in line with the Treasury green book requirements,\n\u00b7\tland referencing, \n\u00b7\tplanning submissions including development consent orders (DCO),\n\u00b7\tthe delivery of incident response (rapid response), \n\u00b7\tdemobilisation,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 1.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
"hasOptions": true,
"id": "5.2/E",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Design (East of England)",
"value": {
"amount": 76084550,
"amountGross": 91301460,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (6/NE) covers the design, supply of materials, plant and people and equipment for the:\n\u2022\tinstallation, maintenance and removal of temporary traffic management,\u202f \n\u2022\tinstallation, maintenance and removal of temporary safety barrier systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary speed enforcement systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary CCTV systems,\u202f \n\u2022\tmanagement of breakdown recovery services,\u202f \n\u2022\tinstallation, maintenance and removal of temporary road markings and road studs and \n\u2022\tremoval of existing road markings and road studs. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy and\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"hasOptions": true,
"id": "6/NE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Traffic Management (North East)",
"value": {
"amount": 215705999,
"amountGross": 258847199,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (6/NW) covers the design, supply of materials, plant and people and equipment for the:\n\u2022\tinstallation, maintenance and removal of temporary traffic management,\u202f \n\u2022\tinstallation, maintenance and removal of temporary safety barrier systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary speed enforcement systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary CCTV systems,\u202f \n\u2022\tmanagement of breakdown recovery services,\u202f \n\u2022\tinstallation, maintenance and removal of temporary road markings and road studs and \n\u2022\tremoval of existing road markings and road studs. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy and\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"hasOptions": true,
"id": "6/NW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Traffic Management (North West)",
"value": {
"amount": 264841405,
"amountGross": 317809686,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (6/SE) covers the design, supply of materials, plant and people and equipment for the:\n\u2022\tinstallation, maintenance and removal of temporary traffic management,\u202f \n\u2022\tinstallation, maintenance and removal of temporary safety barrier systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary speed enforcement systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary CCTV systems,\u202f \n\u2022\tmanagement of breakdown recovery services,\u202f \n\u2022\tinstallation, maintenance and removal of temporary road markings and road studs and \n\u2022\tremoval of existing road markings and road studs. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy and\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"hasOptions": true,
"id": "6/SE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Traffic Management (South East)",
"value": {
"amount": 158459324,
"amountGross": 190151189,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (6/SW) covers the design, supply of materials, plant and people and equipment for the:\n\u2022\tinstallation, maintenance and removal of temporary traffic management,\u202f \n\u2022\tinstallation, maintenance and removal of temporary safety barrier systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary speed enforcement systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary CCTV systems,\u202f \n\u2022\tmanagement of breakdown recovery services,\u202f \n\u2022\tinstallation, maintenance and removal of temporary road markings and road studs and \n\u2022\tremoval of existing road markings and road studs. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy and\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"hasOptions": true,
"id": "6/SW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Traffic Management (South West)",
"value": {
"amount": 288897673,
"amountGross": 346677207,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (6/M) covers the design, supply of materials, plant and people and equipment for the:\n\u2022\tinstallation, maintenance and removal of temporary traffic management,\u202f \n\u2022\tinstallation, maintenance and removal of temporary safety barrier systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary speed enforcement systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary CCTV systems,\u202f \n\u2022\tmanagement of breakdown recovery services,\u202f \n\u2022\tinstallation, maintenance and removal of temporary road markings and road studs and \n\u2022\tremoval of existing road markings and road studs. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy and\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"hasOptions": true,
"id": "6/M",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Traffic Management (Midlands)",
"value": {
"amount": 287900000,
"amountGross": 345480000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (6/E) covers the design, supply of materials, plant and people and equipment for the:\n\u2022\tinstallation, maintenance and removal of temporary traffic management,\u202f \n\u2022\tinstallation, maintenance and removal of temporary safety barrier systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary speed enforcement systems,\u202f \n\u2022\tinstallation, maintenance and removal of temporary CCTV systems,\u202f \n\u2022\tmanagement of breakdown recovery services,\u202f \n\u2022\tinstallation, maintenance and removal of temporary road markings and road studs and \n\u2022\tremoval of existing road markings and road studs. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tearly engagement,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy and\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
"hasOptions": true,
"id": "6/E",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"title": "Traffic Management (East of England)",
"value": {
"amount": 180463442,
"amountGross": 216556131,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (7/NE) covers the supply of materials, plant and people for the: \n\u2022\tinstallation of temporary works, \n\u2022\tapplication of maintenance painting systems including specialist corrosion protection systems,\u202f \n\u2022\tremoval, installation and repair of concrete on highway structures,\u202f \n\u2022\tremoval, installation and repair of concrete bridge parapets,\u202f \n\u2022\tremoval, installation and repair of bridge bearings and\u202f \n\u2022\tremove, repair and installation of cathodic protection. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"hasOptions": true,
"id": "7/NE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Structures (North East)",
"value": {
"amount": 120000000,
"amountGross": 144000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (7/NW) covers the supply of materials, plant and people for the: \n\u2022\tinstallation of temporary works, \n\u2022\tapplication of maintenance painting systems including specialist corrosion protection systems,\u202f \n\u2022\tremoval, installation and repair of concrete on highway structures,\u202f \n\u2022\tremoval, installation and repair of concrete bridge parapets,\u202f \n\u2022\tremoval, installation and repair of bridge bearings and\u202f \n\u2022\tremove, repair and installation of cathodic protection. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"hasOptions": true,
"id": "7/NW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Structures (North West)",
"value": {
"amount": 27188178,
"amountGross": 32625814,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (7/SE) covers the supply of materials, plant and people for the: \n\u2022\tinstallation of temporary works, \n\u2022\tapplication of maintenance painting systems including specialist corrosion protection systems,\u202f \n\u2022\tremoval, installation and repair of concrete on highway structures,\u202f \n\u2022\tremoval, installation and repair of concrete bridge parapets,\u202f \n\u2022\tremoval, installation and repair of bridge bearings and\u202f \n\u2022\tremove, repair and installation of cathodic protection. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"hasOptions": true,
"id": "7/SE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Structures (South East)",
"value": {
"amount": 61173015,
"amountGross": 73407618,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (7/SW) covers the supply of materials, plant and people for the: \n\u2022\tinstallation of temporary works, \n\u2022\tapplication of maintenance painting systems including specialist corrosion protection systems,\u202f \n\u2022\tremoval, installation and repair of concrete on highway structures,\u202f \n\u2022\tremoval, installation and repair of concrete bridge parapets,\u202f \n\u2022\tremoval, installation and repair of bridge bearings and\u202f \n\u2022\tremove, repair and installation of cathodic protection. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"hasOptions": true,
"id": "7/SW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Structures (South West)",
"value": {
"amount": 33262762,
"amountGross": 39915314,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (7/M) covers the supply of materials, plant and people for the: \n\u2022\tinstallation of temporary works, \n\u2022\tapplication of maintenance painting systems including specialist corrosion protection systems,\u202f \n\u2022\tremoval, installation and repair of concrete on highway structures,\u202f \n\u2022\tremoval, installation and repair of concrete bridge parapets,\u202f \n\u2022\tremoval, installation and repair of bridge bearings and\u202f \n\u2022\tremove, repair and installation of cathodic protection. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"hasOptions": true,
"id": "7/M",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Structures (Midlands)",
"value": {
"amount": 113000000,
"amountGross": 135600000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (7/E) covers the supply of materials, plant and people for the: \n\u2022\tinstallation of temporary works, \n\u2022\tapplication of maintenance painting systems including specialist corrosion protection systems,\u202f \n\u2022\tremoval, installation and repair of concrete on highway structures,\u202f \n\u2022\tremoval, installation and repair of concrete bridge parapets,\u202f \n\u2022\tremoval, installation and repair of bridge bearings and\u202f \n\u2022\tremove, repair and installation of cathodic protection. \nOther duties \nThis lot also includes the following activities\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
"hasOptions": true,
"id": "7/E",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Structures (East of England)",
"value": {
"amount": 18504192,
"amountGross": 22205030,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (8/NE) covers the supply of materials, plant and people for the installation, removal of and repair work to: \n\u2022\thighways structure expansion joints, \n\u2022\twaterproofing systems, \n\u2022\tassociated concrete repair, \n\u2022\ttesting of existing waterproofing systems, and \n\u2022\tinstallation, maintenance and removal of any temporary works required to ensure a safe method of working. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"hasOptions": true,
"id": "8/NE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Joints \u0026 Waterproofing (North East)",
"value": {
"amount": 30000000,
"amountGross": 36000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (8/NW) covers the supply of materials, plant and people for the installation, removal of and repair work to: \n\u2022\thighways structure expansion joints, \n\u2022\twaterproofing systems, \n\u2022\tassociated concrete repair, \n\u2022\ttesting of existing waterproofing systems, and \n\u2022\tinstallation, maintenance and removal of any temporary works required to ensure a safe method of working. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"hasOptions": true,
"id": "8/NW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Joints \u0026 Waterproofing (North West)",
"value": {
"amount": 23714521,
"amountGross": 28457425,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (8/SE) covers the supply of materials, plant and people for the installation, removal of and repair work to: \n\u2022\thighways structure expansion joints, \n\u2022\twaterproofing systems, \n\u2022\tassociated concrete repair, \n\u2022\ttesting of existing waterproofing systems, and \n\u2022\tinstallation, maintenance and removal of any temporary works required to ensure a safe method of working. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"hasOptions": true,
"id": "8/SE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Joints \u0026 Waterproofing (South East)",
"value": {
"amount": 23285653,
"amountGross": 27942784,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (8/SW) covers the supply of materials, plant and people for the installation, removal of and repair work to: \n\u2022\thighways structure expansion joints, \n\u2022\twaterproofing systems, \n\u2022\tassociated concrete repair, \n\u2022\ttesting of existing waterproofing systems, and \n\u2022\tinstallation, maintenance and removal of any temporary works required to ensure a safe method of working. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"hasOptions": true,
"id": "8/SW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Joints \u0026 Waterproofing (South West)",
"value": {
"amount": 17898001,
"amountGross": 21477602,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (8/M) covers the supply of materials, plant and people for the installation, removal of and repair work to: \n\u2022\thighways structure expansion joints, \n\u2022\twaterproofing systems, \n\u2022\tassociated concrete repair, \n\u2022\ttesting of existing waterproofing systems, and \n\u2022\tinstallation, maintenance and removal of any temporary works required to ensure a safe method of working. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"hasOptions": true,
"id": "8/M",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Joints \u0026 Waterproofing (Midlands)",
"value": {
"amount": 24600000,
"amountGross": 29520000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (8/E) covers the supply of materials, plant and people for the installation, removal of and repair work to: \n\u2022\thighways structure expansion joints, \n\u2022\twaterproofing systems, \n\u2022\tassociated concrete repair, \n\u2022\ttesting of existing waterproofing systems, and \n\u2022\tinstallation, maintenance and removal of any temporary works required to ensure a safe method of working. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out above\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
"hasOptions": true,
"id": "8/E",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 15
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Joints \u0026 Waterproofing (East of England)",
"value": {
"amount": 18504192,
"amountGross": 22205030,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (9/NE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: \n\u2022\tweed control, \n\u2022\twildlife control, \n\u2022\tground preparation, \n\u2022\tseeding, \n\u2022\tturfing, \n\u2022\tboundary fencing, \n\u2022\tplanting, \n\u2022\twatering, \n\u2022\ttree and shrub maintenance, \n\u2022\tcreation and\u202fmanagement of waterbodies as and\u202fany other ecological\u202fmeasures and \n\u2022\tlandscape clearance. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in section above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in section above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"hasOptions": true,
"id": "9/NE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Landscaping (North East)",
"value": {
"amount": 22875000,
"amountGross": 27450000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (9/NW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: \n\u2022\tweed control, \n\u2022\twildlife control, \n\u2022\tground preparation, \n\u2022\tseeding, \n\u2022\tturfing, \n\u2022\tboundary fencing, \n\u2022\tplanting, \n\u2022\twatering, \n\u2022\ttree and shrub maintenance, \n\u2022\tcreation and\u202fmanagement of waterbodies as and\u202fany other ecological\u202fmeasures and \n\u2022\tlandscape clearance. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in section above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in section above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"hasOptions": true,
"id": "9/NW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Landscaping (North West)",
"value": {
"amount": 18225624,
"amountGross": 21870749,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (9/SE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: \n\u2022\tweed control, \n\u2022\twildlife control, \n\u2022\tground preparation, \n\u2022\tseeding, \n\u2022\tturfing, \n\u2022\tboundary fencing, \n\u2022\tplanting, \n\u2022\twatering, \n\u2022\ttree and shrub maintenance, \n\u2022\tcreation and\u202fmanagement of waterbodies as and\u202fany other ecological\u202fmeasures and \n\u2022\tlandscape clearance. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in section above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in section above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"hasOptions": true,
"id": "9/SE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Landscaping (South East)",
"value": {
"amount": 14000000,
"amountGross": 16800000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (9/SW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: \n\u2022\tweed control, \n\u2022\twildlife control, \n\u2022\tground preparation, \n\u2022\tseeding, \n\u2022\tturfing, \n\u2022\tboundary fencing, \n\u2022\tplanting, \n\u2022\twatering, \n\u2022\ttree and shrub maintenance, \n\u2022\tcreation and\u202fmanagement of waterbodies as and\u202fany other ecological\u202fmeasures and \n\u2022\tlandscape clearance. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in section above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in section above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"hasOptions": true,
"id": "9/SW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Landscaping (South West)",
"value": {
"amount": 7544895,
"amountGross": 9053874,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (9/M) covers the supply of materials, plant and people to carry out landscaping and ecology works including: \n\u2022\tweed control, \n\u2022\twildlife control, \n\u2022\tground preparation, \n\u2022\tseeding, \n\u2022\tturfing, \n\u2022\tboundary fencing, \n\u2022\tplanting, \n\u2022\twatering, \n\u2022\ttree and shrub maintenance, \n\u2022\tcreation and\u202fmanagement of waterbodies as and\u202fany other ecological\u202fmeasures and \n\u2022\tlandscape clearance. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in section above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in section above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"hasOptions": true,
"id": "9/M",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Landscaping (Midlands)",
"value": {
"amount": 30000000,
"amountGross": 36000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (9/E) covers the supply of materials, plant and people to carry out landscaping and ecology works including: \n\u2022\tweed control, \n\u2022\twildlife control, \n\u2022\tground preparation, \n\u2022\tseeding, \n\u2022\tturfing, \n\u2022\tboundary fencing, \n\u2022\tplanting, \n\u2022\twatering, \n\u2022\ttree and shrub maintenance, \n\u2022\tcreation and\u202fmanagement of waterbodies as and\u202fany other ecological\u202fmeasures and \n\u2022\tlandscape clearance. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in section above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in section above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
"hasOptions": true,
"id": "9/E",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Landscaping (East of England)",
"value": {
"amount": 14095284,
"amountGross": 16914341,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (10/NE) covers the supply of materials, plant and people for the installation and removal of: \n\u2022\thighway road markings, \n\u2022\troad studs, \n\u2022\tinstallation and removal of temporary road markings and road studs, \n\u2022\thigh friction surfacing, \n\u2022\tcrack sealing and \n\u2022\tpavement joint repair. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"hasOptions": true,
"id": "10/NE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Road Markings (North East)",
"value": {
"amount": 38991000,
"amountGross": 46789200,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (10/NW) covers the supply of materials, plant and people for the installation and removal of: \n\u2022\thighway road markings, \n\u2022\troad studs, \n\u2022\tinstallation and removal of temporary road markings and road studs, \n\u2022\thigh friction surfacing, \n\u2022\tcrack sealing and \n\u2022\tpavement joint repair. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"hasOptions": true,
"id": "10/NW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Road Markings (North West)",
"value": {
"amount": 34905199,
"amountGross": 41886239,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (10/SE) covers the supply of materials, plant and people for the installation and removal of: \n\u2022\thighway road markings, \n\u2022\troad studs, \n\u2022\tinstallation and removal of temporary road markings and road studs, \n\u2022\thigh friction surfacing, \n\u2022\tcrack sealing and \n\u2022\tpavement joint repair. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"hasOptions": true,
"id": "10/SE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Road Markings (South East)",
"value": {
"amount": 25488286,
"amountGross": 30585943,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (10/SW) covers the supply of materials, plant and people for the installation and removal of: \n\u2022\thighway road markings, \n\u2022\troad studs, \n\u2022\tinstallation and removal of temporary road markings and road studs, \n\u2022\thigh friction surfacing, \n\u2022\tcrack sealing and \n\u2022\tpavement joint repair. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"hasOptions": true,
"id": "10/SW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Road Markings (South West)",
"value": {
"amount": 22292405,
"amountGross": 26750887,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (10/M) covers the supply of materials, plant and people for the installation and removal of: \n\u2022\thighway road markings, \n\u2022\troad studs, \n\u2022\tinstallation and removal of temporary road markings and road studs, \n\u2022\thigh friction surfacing, \n\u2022\tcrack sealing and \n\u2022\tpavement joint repair. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"hasOptions": true,
"id": "10/M",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Road Markings (Midlands)",
"value": {
"amount": 82000000,
"amountGross": 98400000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (10/E) covers the supply of materials, plant and people for the installation and removal of: \n\u2022\thighway road markings, \n\u2022\troad studs, \n\u2022\tinstallation and removal of temporary road markings and road studs, \n\u2022\thigh friction surfacing, \n\u2022\tcrack sealing and \n\u2022\tpavement joint repair. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of the activities set out in above,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tpre-construction services,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
"hasOptions": true,
"id": "10/E",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Road Markings (East of England)",
"value": {
"amount": 62974027,
"amountGross": 75568832,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (11/NE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: \n\u2022\troad lighting and \n\u2022\ttraffic signs and other highway electrical equipment (excluding roadside technology assets). \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of section above,\n\u00b7\tpre-construction services,\n\u00b7\telements of supplier design,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\ttemporary works,\n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"hasOptions": true,
"id": "11/NE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Signs \u0026 Lighting (North East)",
"value": {
"amount": 65430000,
"amountGross": 78516000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (11/NW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: \n\u2022\troad lighting and \n\u2022\ttraffic signs and other highway electrical equipment (excluding roadside technology assets). \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of section above,\n\u00b7\tpre-construction services,\n\u00b7\telements of supplier design,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\ttemporary works,\n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"hasOptions": true,
"id": "11/NW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Signs \u0026 Lighting (North West)",
"value": {
"amount": 84399331,
"amountGross": 101279197,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (11/SE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: \n\u2022\troad lighting and \n\u2022\ttraffic signs and other highway electrical equipment (excluding roadside technology assets). \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of section above,\n\u00b7\tpre-construction services,\n\u00b7\telements of supplier design,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\ttemporary works,\n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"hasOptions": true,
"id": "11/SE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Signs \u0026 Lighting (South East)",
"value": {
"amount": 31140529,
"amountGross": 37368635,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (11/SW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: \n\u2022\troad lighting and \n\u2022\ttraffic signs and other highway electrical equipment (excluding roadside technology assets). \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of section above,\n\u00b7\tpre-construction services,\n\u00b7\telements of supplier design,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\ttemporary works,\n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"hasOptions": true,
"id": "11/SW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Signs \u0026 Lighting (South West)",
"value": {
"amount": 10603175,
"amountGross": 12723810,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (11/M) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: \n\u2022\troad lighting and \n\u2022\ttraffic signs and other highway electrical equipment (excluding roadside technology assets). \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of section above,\n\u00b7\tpre-construction services,\n\u00b7\telements of supplier design,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\ttemporary works,\n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"hasOptions": true,
"id": "11/M",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Signs \u0026 Lighting (Midlands)",
"value": {
"amount": 90000000,
"amountGross": 108000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (11/E) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: \n\u2022\troad lighting and \n\u2022\ttraffic signs and other highway electrical equipment (excluding roadside technology assets). \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of section above,\n\u00b7\tpre-construction services,\n\u00b7\telements of supplier design,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe management of network occupancy,\n\u00b7\ttemporary works,\n\u00b7\tcommunity and \n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
"hasOptions": true,
"id": "11/E",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Signs \u0026 Lighting (East of England)",
"value": {
"amount": 55512576,
"amountGross": 66615091,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (12/NE) covers the supply of materials, plant and people for the:\n\u2022 installation and removal of road restraint systems (vehicle and pedestrian), \n\u2022\tinstallation and repair of non-concrete bridge parapets,\u202f \n\u2022\tpush tests of existing road restraint systems, \n\u2022\ttemporary works and \n\u2022\tinstallation and removal of highway fencing and environmental barrier. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"hasOptions": true,
"id": "12/NE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Vehicle Restraint Systems / Road Restraint Systems (North East)",
"value": {
"amount": 66825000,
"amountGross": 80190000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (12/NW) covers the supply of materials, plant and people for the:\n installation and removal of road restraint systems (vehicle and pedestrian), \n\u2022\tinstallation and repair of non-concrete bridge parapets,\u202f \n\u2022\tpush tests of existing road restraint systems, \n\u2022\ttemporary works and \n\u2022\tinstallation and removal of highway fencing and environmental barrier. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"hasOptions": true,
"id": "12/NW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Vehicle Restraint Systems / Road Restraint Systems (North West)",
"value": {
"amount": 22221836,
"amountGross": 26666203,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (12/SE) covers the supply of materials, plant and people for the:\n installation and removal of road restraint systems (vehicle and pedestrian), \n\u2022\tinstallation and repair of non-concrete bridge parapets,\u202f \n\u2022\tpush tests of existing road restraint systems, \n\u2022\ttemporary works and \n\u2022\tinstallation and removal of highway fencing and environmental barrier. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"hasOptions": true,
"id": "12/SE",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Vehicle Restraint Systems / Road Restraint Systems (South East)",
"value": {
"amount": 61257957,
"amountGross": 73509548,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (12/SW) covers the supply of materials, plant and people for the:\n installation and removal of road restraint systems (vehicle and pedestrian), \n\u2022\tinstallation and repair of non-concrete bridge parapets,\u202f \n\u2022\tpush tests of existing road restraint systems, \n\u2022\ttemporary works and \n\u2022\tinstallation and removal of highway fencing and environmental barrier. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"hasOptions": true,
"id": "12/SW",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Vehicle Restraint Systems / Road Restraint Systems (South West)",
"value": {
"amount": 41738486,
"amountGross": 50086183,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (12/M) covers the supply of materials, plant and people for the:\n installation and removal of road restraint systems (vehicle and pedestrian), \n\u2022\tinstallation and repair of non-concrete bridge parapets,\u202f \n\u2022\tpush tests of existing road restraint systems, \n\u2022\ttemporary works and \n\u2022\tinstallation and removal of highway fencing and environmental barrier. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"hasOptions": true,
"id": "12/M",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Vehicle Restraint Systems / Road Restraint Systems (Midlands)",
"value": {
"amount": 66000000,
"amountGross": 79200000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. \n- Health and Safety (Lot specific)\n- Stakeholder Management and Collaboration (Framework level)\n- Commercial (Framework level)\n- Delivery (Lot specific)\n- Organisation and Resources (Framework level)\n- Social Value (Framework level)\nEach Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Quality Submission",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
"name": "Commercial Submission",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2035-09-15T23:59:59+01:00",
"startDate": "2027-09-15T00:00:00+01:00"
},
"description": "This Lot (12/E) covers the supply of materials, plant and people for the:\n installation and removal of road restraint systems (vehicle and pedestrian), \n\u2022\tinstallation and repair of non-concrete bridge parapets,\u202f \n\u2022\tpush tests of existing road restraint systems, \n\u2022\ttemporary works and \n\u2022\tinstallation and removal of highway fencing and environmental barrier. \nOther duties \nThis Lot also includes the following activities:\n\u00b7\tthe delivery and management of works associated with or ancillary to the activities set out in above,\n\u00b7\tdesign of their works (optional)\n\u00b7\tFramework Mobilisation,\n\u00b7\tmobilisation for the purpose of above,\n\u00b7\tpre-construction services,\n\u00b7\tundertaking the principal contractor role as required by the Client,\n\u00b7\tthe provision of welfare facilities,\n\u00b7\tthe management of network occupancy,\n\u00b7\tcommunity and\n\u00b7\tthe provision of Urgent Works.\nThe procurement procedure for this Lot will be Process 2.\nThe maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
"hasOptions": true,
"id": "12/E",
"options": {
"description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
},
"secondStage": {
"maximumCandidates": 20
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "economic"
},
{
"description": "Please refer to the Conditions of Participation Guidance document.",
"type": "technical"
},
{
"description": "Please refer to the Information Memorandum document.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Vehicle Restraint Systems / Road Restraint Systems (East of England)",
"value": {
"amount": 33307545,
"amountGross": 39969054,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "works",
"procedure": {
"features": "The procurement will follow the Competitive Flexible Procedure (CFP) in accordance with the Procurement Act 2023 and associated Procurement Regulations 2024. The Competitive Flexible Procedure has been selected as it provides National Highways with the opportunity to achieve a more effective, flexible, and value-driven procurement process, ultimately leading to better project outcomes and a stronger Service Provider relationship.\nNational Highways will be employing the use of two different Competitive Flexible Procedures dependent upon the Lot. For Lots 1, 5.1 and 5.2, National Highways will utilise a 3-stage process (Process 1) and for Lots 2, 3, 4, 6, 7, 8, 9, 10, 11 \u0026 12, a 2-stage process will be used (Process 2). A full description of the two Competitive Flexible Procedures and how National Highways intends to employ them can be found in the Conditions of Participation Documents, specifically the Information Memorandum.\nAs well as the Guidance documents to support suppliers through the Conditions of Participation process, National Highways has recorded a number of informative narrated presentations to guide suppliers through the procurement process. These presentations can be found on National Highways eSourcing Portal. Registration information can be found in the \"Submission\" section of this notice. \nNational Highways informs that where a number has been applied to the maximum number of suppliers to be invited to tender, this relates to all Sublots under a Lot rather than an individual Sublot. \nNote: registration on the Central Digital Platform will be a mandatory requirement to participate in this procurement process.\nWe hereby confirm, National Highways has conducted a Conflict of Interest (CoI) assessment, prior to the issue of this Notice. Such CoI assessments shall continue at appropriate stages throughout this procurement process."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"riskDetails": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.",
"status": "active",
"submissionMethodDetails": "National Highways will use an eSourcing Portal called Jaggaer in this procurement exercise. Information on how to take part in this Tender is detailed below:\n1. Register your company on the eSourcing portal (this is only required once):\nVisit - https://nationalhighways.ukp.app.jaggaer.com/ and click the link to register. Accept the terms and conditions and click \u0027continue\u0027 - Enter your business and user details - Note the username you chose and click \u0027Save\u0027 when complete - You will shortly receive an email with your unique password.\n2. Express an Interest in the tender:\na.\tLogin to the portal - Click in the \u0027PQQs Open to All Suppliers\u0027 area. (These are Pre-Qualification Questionnaires, aka Procurement Specific Questionnaire (PSQ) open to any registered supplier). Click on the relevant PQQ to access the content. Suppliers are advised to ensure they fully understand the PQQs they are required to complete. \nb.\tClick the \u0027Express Interest\u0027 button at the top of the page. This will move the PQQ into your \u0027My PQQs\u2019 page (This is a secure area reserved for your projects only). You can access any attachments by clicking the \u0027Buyer Attachments\u0027 in the \u0027PQQ Details\u0027 box. You will need to complete this process on every PQQ (Lot) are you applying for. All suppliers are required to complete PQQ_105.\n3. Responding to the tender - Click \u0027My Response\u0027 under \u0027PQQ Details\u0027, you can \u0027Create Response\u0027 or \u0027Decline to Respond\u0027 (please give a reason if declining).You can use the \u0027Messages\u0027 function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the onscreen instructions to complete the PQQ. Submit your reply using the \u0027Submit Response\u0027 button at the top of the page. If you require any further assistance, please consult online help or contact the eTendering help desk.\nYou should also be aware that if your bid is successful the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security. Further information will be set out in the Tender Documents. Framework dates stated are indicative and may be subject to change. \nNational Highways reserves the right not to accept the highest scoring, or any, tender. Bidders should note that tenders are submitted at the supplier\u0027s own cost and risk. National Highways may cancel the competition or part of it for any reason, and bidders\u0027 costs will not be reimbursed. National Highways expressly reserves the right (i) not to award any contract as a result of this tendering exercise commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will National Highways be liable for any costs incurred by candidates.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"buyerCategories": "Future Lower Thames Crossing Regulated Asset Base Vehicle and the Maintenance \u0026 Response suppliers.",
"description": "Please refer to the Information Memorandum. The framework will allow both award without further competition and via a competitive selection process. The procedures for award differs across Lots.",
"maximumParticipants": 212,
"method": "withAndWithoutReopeningCompetition",
"periodRationale": "The Framework Agreement will have a term of 8 years for the following reasons: \n- The longer framework term allows our supply chain to invest in innovation, people, and equipment, giving overall best value, maximising productivity, and the ability to meet efficiency targets. \n- Building collaborative relationships and understanding the different ways of working takes time (up to two years), therefore increasing the term beyond 4 years maximises that investment in time and effort within the strategic partnerships. \n- Reducing the number of times the Small, Medium Enterprises (SMEs) within our supply chain need to tender provides stability and longer-term business prosperity.\n- Results from Market Engagement showed that the supply chain preferred an 8-year framework over a 4 or 6-year framework for the reasons mentioned in the previous bullet points above.",
"type": "open"
},
"hasFrameworkAgreement": true
},
"title": "Scheme Delivery Framework 2",
"value": {
"amount": 14500000000,
"amountGross": 17400000000,
"currency": "GBP"
}
}
}