Open in a 12 months

GCC Highways Major Projects Construction Framework

Descriptions

This Autumn, the Council is planning to undertake a competitive procurement process for a four-year multi-supplier Framework Agreement for the supply of highway construction works required by the council in relation to Highways Major Projects. The framework agreement shall comprise two lots: one for Highways Schemes and the other for Structures and Geotechnical Schemes. Tenderers will be selected based on quality, financial and social value criteria. The procurement of the framework is intended to replace a series of open tenders for construction works.

The estimated total value of all call-off contracts that might be awarded under both Lots of the Framework Agreement is £60 million. Indicative project values are between £0.5 million and £10 million per call-off contract.

Procontract link for submissions amended

Engagement process description
We are keen to seek feedback from the market on our proposed methods of procurement. We have selected some questions that we hope can improve the tender process for all parties. A response isn't mandatory, but we would appreciate any input you can provide. The question list is not exhaustive so please provide any other comments you feel would be beneficial. We would like to receive your feedback by 5pm on Tuesday 5th August 2025.

1) We are planning to use the NEC 4 Framework Contract to operate the framework. Our default position for each call-off under the framework will be managed using the NEC 4 Engineering and Construction Contract (Fourth Edition 2017 with amendments October 2020) incorporating Main Option A, Dispute Resolution Option W2 and Secondary Options X2, X4, X7, X16, X18, X20 and Y(UK)2 contract form. We may use additional Options depending on the requirements of the call off. Is that what you would expect and is there anything that we should be aware of regarding this approach?

2) Are there any Optional clauses that you feel should / should not be included?

3) Are there any Z clauses that you feel should be included?

4) Are there any Z clauses that would affect your willingness to bid?

5) We are planning to use a 70:30 Quality to Price weighting when awarding a place on the framework and a 30:70 Quality to Price weighting when awarding call-offs. (15 marks of the Quality weighting will be reserved for Social Value). Do you have any comments on these weightings?

6) What would be a reasonable way to carry out a fair competition with the Price element when i) awarding a place on the framework and ii) awarding call-offs? Do you have any comments on Price per quality point scoring?

7) We are proposing to have a framework duration of 4 years. We are not planning on using the new Open Framework option PA23 which could extend the duration beyond 4 years. Is that what you would expect and is there anything that we should be aware of regarding this approach?

8) We are looking to establish 2 Lots: Lot 1 for Highways Schemes between £500k - £10m, Lot 2 for Structures and Geotechnical Schemes between £250k - £10m. Which of the 2 lots is your organisation interested in? Do you have any comments on the Lots, are the values at a reasonable level?

9) We will be using KPIs & performance measurements at both Framework level and at Call-off. What KPIs would you want to see included? Examples of what works would be appreciated.

10) We are looking to assess Social Value at Framework level and at Call-off, through the Social Value Portal. When would be the most effective way to assess Social Value?

11) Are there any recent and relevant framework tenders from other Public Sector clients (preferably Local Authorities) that we should take inspiration from?

12) Any common issues/mistakes with tendering for this type of framework that we should avoid?

13) If you submitted a tender for any of GCC's previous Major Projects tenders, are you able to share your feedback on the process?

14) Budgets for each contractual year are becoming more difficult to predict and as with most local authorities we are not able to guarantee annual budgets. This may also reduce in future years especially subject to future government constraints. Do you have any comments on this?

15) Please provide any other information that you feel would be relevant at this point.

Please submit your responses via Procontract using the link below:

https://procontract.due-north.com/Advert?advertId=eb797fd3-7d61-f011-813a-005056b64545&p=696a9836-1895-e511-8105-000c29c9ba21

Timeline

Published Date :

15th Jul 2025 Yesterday

Deadline :

15th Jul 2026 in a 12 months

Contract Start :

4th Jan 2026

Contract End :

3rd Jan 2030

Tender Regions

Tender Lot Details

1 Tender Lot

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Open

Assign to :

Tender Progress :

0%

Details

Notice Type :

Open opportunity

Tender Identifier :

IT-378-246-T: 2024 - 001

TenderBase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Region :

North Region

Attachments :

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement Contact

Name :

Tina Smith

Designation :

Chief Executive Officer

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk

Possible Competitors

1 Possible Competitors