Buyer Name: Liverpool City Council
Buyer Address: Cunard Building, Liverpool, UKD72, L3 1DS, United Kingdom
Contact Email: commercialprocurement@liverpool.gov.uk
Buyer Name: Liverpool City Council
Buyer Address: Cunard Building, Liverpool, UKD72, L3 1DS, United Kingdom
Contact Email: commercialprocurement@liverpool.gov.uk
Liverpool City Council (LCC) intends to invite suppliers to tender for a new version of the Professional Services Framework (the PSF) to commence from October 2026. The current PSF is due to expire in October 2026, with LCC requiring similar services and commissions from the consultancy market to support planned delivery from October / November 2026. The framework will be split into the following four (4) lots: Lot 1 - Sustainable Transport Planning and Policy Advice Lot 2 - Highways and Infrastructure Design Support Services Lot 3 - P&P Management and NEC Contract Administration Support Services Lot 4 - Commercial and Contract Management Support Services
No linked documents found for this notice.
External Link: https://procontract.due-north.com/Procurer/Advert/View?advertId=9c7f4099-f413-f111-813c-005056b64545&fromAdvertEvent=True
External Link: https://www.find-tender.service.gov.uk/Notice/018137-2026
Link Description: Tender notice on Find a Tender
Lot Title: Sustainable Transport Planning and Policy Advice
Lot Description: The Supplier shall provide the staff, resource, technical competence and expertise for the successful delivery of all documentation, records, approvals, outputs, drawings, designs, reports, submissions and any other documentation or services reasonably required by the Contracting Authority to finalise delivery of: a) Feasibility studies b) Detailed design services all in relation to Sustainable Transport & Policy for highways for the Contracting Authority. Further lot specific information can be found within the tender documentation.
Lot 1 Status: active
Lot 1 Value: GBP 100,000,000
Lot 1 Value (Gross): GBP 120,000,000
Lot 1 Contract Start: 2026-10-06T00:00:00+01:00
Lot 1 Contract End: 2030-10-05T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Quality (70%)
Lot 1 Award Criterion (price): Price (30%)
Lot Title: Highways and Infrastructure Design Support Services
Lot Description: The Supplier shall provide Consultancy services related to highways, traffic, streets and urban design including but not limited to investigation, planning, design, operations, compliance, integration, construction and maintenance. The services will include activities that support development of projects at various stages from feasibility and concept design to preliminary and detailed design. This will be to support delivery and operation of a range of projects including major highway improvement projects, bus priority, walking wheeling and cycling infrastructure, junction and crossing design, public realm, landscaping and placemaking, highway maintenance and highway development control design support across different types of streets in Liverpool, including streets on the Key Route Network (KRN). Further information on this lot can be found in the published tender documents.
Lot 2 Status: active
Lot 2 Value: GBP 100,000,000
Lot 2 Value (Gross): GBP 120,000,000
Lot 2 Contract Start: 2026-10-06T00:00:00+01:00
Lot 2 Contract End: 2030-10-05T23:59:59+01:00
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Quality (70%)
Lot 2 Award Criterion (price): Price (30%)
Lot Title: P&P Management and NEC Contract Administration Support Services
Lot Description: The Supplier shall provide the staff, resource, technical competence and expertise for the successful application of Project and Programme Management Support Services (PPMSS), primarily to support the delivery of the Highways Capital Programme. The Highways Capital Programme being with the Sustainable Transport, Highways and Parking department (TH&P), Liverpool City Council (LCC). This will contribute to successful delivery of PPM best practice, with these support services contributing positively to producing and managing all documentation, records, approvals, outputs, drawings, designs, reports, contract administration, drafting, submissions and any other documentation or services reasonably required by the Contracting Authority. The PPMSS will contribute to the various aspects of the project lifecycle, including but not limited to; a) Feasibility Studies b) Business Cases c) Concept, Preliminary and Detailed Design phases of delivery d) Client-side Project Management e) NEC4 Project Manager, NEC Supervisor and NEC Service Manager roles, primarily where consultancy support has been commissioned by LCC TH&P and requires contract management across all relevant phases of the project lifecycle of the commission all in relation to programme management for highways for the Contracting Authority. Further information on this lot can be found within the published tender documents.
Lot 3 Status: active
Lot 3 Value: GBP 100,000,000
Lot 3 Value (Gross): GBP 120,000,000
Lot 3 Contract Start: 2026-10-06T00:00:00+01:00
Lot 3 Contract End: 2030-10-05T23:59:59+01:00
Lot 3 SME Suitable: Yes
Lot 3 Award Criterion (quality): Quality (70%)
Lot 3 Award Criterion (price): Price (30%)
Lot Title: Commercial and Contract Management Support Services
Lot Description: Commercial and Contract Management support services are required to support to assist in the successful delivery of Highways Schemes across the full range of projects under the responsibility of Transportation, Highways & Parking (TH&P). This includes, but is not limited to: • Capital Works and Programmes: Support all commercial, procurement, and contract management activities associated with the delivery of capital programmes of works. • Maintenance Programmes: Provide commercial and contractual support for ongoing maintenance works across the TH&P portfolio. • Core Responsibilities: o Management of all commercial aspects of projects, including cost control, forecasting, and reporting. o Procurement support, including tender preparation, evaluation, and contract award processes. o Contract administration and compliance monitoring throughout the project lifecycle. o Risk and change management relating to commercial and contractual matters. The majority of services will focus on ensuring robust commercial governance and effective contract management to enable timely and cost-efficient delivery of TH&P's capital and maintenance programmes. Further information on this lot can be found within the published tender documents.
Lot 4 Status: active
Lot 4 Value: GBP 100,000,000
Lot 4 Value (Gross): GBP 120,000,000
Lot 4 Contract Start: 2026-10-06T00:00:00+01:00
Lot 4 Contract End: 2030-10-05T23:59:59+01:00
Lot 4 SME Suitable: Yes
Lot 4 Award Criterion (quality): Quality (70%)
Lot 4 Award Criterion (price): Price (30%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PRVY-7813-WLPG",
"name": "Liverpool City Council"
},
"date": "2026-02-27T16:31:37Z",
"id": "018137-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-051c88",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Liverpool",
"postalCode": "L3 1DS",
"region": "UKD72",
"streetAddress": "Cunard Building"
},
"contactPoint": {
"email": "commercialprocurement@liverpool.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-PPON-PRVY-7813-WLPG",
"identifier": {
"id": "PRVY-7813-WLPG",
"scheme": "GB-PPON"
},
"name": "Liverpool City Council",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-09-02T23:59:59+01:00"
},
"description": "Liverpool City Council (LCC) intends to invite suppliers to tender for a new version of the Professional Services Framework (the PSF) to commence from October 2026. The current PSF is due to expire in October 2026, with LCC requiring similar services and commissions from the consultancy market to support planned delivery from October / November 2026.\nThe framework will be split into the following four (4) lots: \nLot 1 - Sustainable Transport Planning and Policy Advice \nLot 2 - Highways and Infrastructure Design Support Services\nLot 3 - P\u0026P Management and NEC Contract Administration Support Services \nLot 4 - Commercial and Contract Management Support Services",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://procontract.due-north.com/Procurer/Advert/View?advertId=9c7f4099-f413-f111-813c-005056b64545\u0026fromAdvertEvent=True"
},
{
"accessDetails": "https://procontract.due-north.com/Home/About \nThe opportunity can be found using the reference DN788248",
"documentType": "biddingDocuments",
"id": "future"
},
{
"datePublished": "2026-02-27T16:31:37Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "018137-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/018137-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-06-26T12:00:00+01:00"
},
"id": "DN788248",
"items": [
{
"additionalClassifications": [
{
"description": "Highways consultancy services",
"id": "71311210",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD72"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Highways consultancy services",
"id": "71311210",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD72"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Highways consultancy services",
"id": "71311210",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD72"
}
],
"id": "3",
"relatedLot": "3"
},
{
"additionalClassifications": [
{
"description": "Highways consultancy services",
"id": "71311210",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD72"
}
],
"id": "4",
"relatedLot": "4"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2030-10-05T23:59:59+01:00",
"startDate": "2026-10-06T00:00:00+01:00"
},
"description": "The Supplier shall provide the staff, resource, technical competence and expertise for the \nsuccessful delivery of all documentation, records, approvals, outputs, drawings, designs, reports, submissions and any other documentation or services reasonably required by the Contracting Authority to finalise delivery of:\na) Feasibility studies\nb) Detailed design services\nall in relation to Sustainable Transport \u0026 Policy for highways for the Contracting Authority.\nFurther lot specific information can be found within the tender documentation.",
"id": "1",
"status": "active",
"suitability": {
"sme": true
},
"title": "Sustainable Transport Planning and Policy Advice",
"value": {
"amount": 100000000,
"amountGross": 120000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2030-10-05T23:59:59+01:00",
"startDate": "2026-10-06T00:00:00+01:00"
},
"description": "The Supplier shall provide Consultancy services related to highways, traffic, streets and urban design including but not limited to investigation, planning, design, operations, compliance, integration, construction and maintenance.\nThe services will include activities that support development of projects at various stages from feasibility and concept design to preliminary and detailed design. This will be to support delivery and operation of a range of projects including major highway improvement projects, bus priority, walking wheeling and cycling infrastructure, junction and crossing design, public realm, \nlandscaping and placemaking, highway maintenance and highway development control design support across different types of streets in Liverpool, including streets on the Key Route Network \n(KRN).\nFurther information on this lot can be found in the published tender documents.",
"id": "2",
"status": "active",
"suitability": {
"sme": true
},
"title": "Highways and Infrastructure Design Support Services",
"value": {
"amount": 100000000,
"amountGross": 120000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2030-10-05T23:59:59+01:00",
"startDate": "2026-10-06T00:00:00+01:00"
},
"description": "The Supplier shall provide the staff, resource, technical competence and expertise for the successful application of Project and Programme Management Support Services (PPMSS),\nprimarily to support the delivery of the Highways Capital Programme. The Highways Capital Programme being with the Sustainable Transport, Highways and Parking department (TH\u0026P), \nLiverpool City Council (LCC).\nThis will contribute to successful delivery of PPM best practice, with these support services contributing positively to producing and managing all documentation, records, approvals, outputs, drawings, designs, reports, contract administration, drafting, submissions and any other documentation or services reasonably required by the Contracting Authority.\nThe PPMSS will contribute to the various aspects of the project lifecycle, including but not limited to;\na) Feasibility Studies\nb) Business Cases\nc) Concept, Preliminary and Detailed Design phases of delivery\nd) Client-side Project Management\ne) NEC4 Project Manager, NEC Supervisor and NEC Service Manager roles, primarily where consultancy support has been commissioned by LCC TH\u0026P and requires contract management across all relevant phases of the project lifecycle of the commission all in relation to programme management for highways for the Contracting Authority. \nFurther information on this lot can be found within the published tender documents.",
"id": "3",
"status": "active",
"suitability": {
"sme": true
},
"title": "P\u0026P Management and NEC Contract Administration Support Services",
"value": {
"amount": 100000000,
"amountGross": 120000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2030-10-05T23:59:59+01:00",
"startDate": "2026-10-06T00:00:00+01:00"
},
"description": "Commercial and Contract Management support services are required to support to assist in the successful delivery of Highways Schemes across the full range of projects under the responsibility of Transportation, Highways \u0026 Parking (TH\u0026P). This includes, but is not limited to:\n\u2022 Capital Works and Programmes:\nSupport all commercial, procurement, and contract management activities associated with the delivery of capital programmes of works.\n\u2022 Maintenance Programmes:\nProvide commercial and contractual support for ongoing maintenance works across the TH\u0026P portfolio.\n\u2022 Core Responsibilities:\no Management of all commercial aspects of projects, including cost control, forecasting, and reporting.\no Procurement support, including tender preparation, evaluation, and contract award processes.\no Contract administration and compliance monitoring throughout the project lifecycle.\no Risk and change management relating to commercial and contractual matters.\nThe majority of services will focus on ensuring robust commercial governance and effective contract management to enable timely and cost-efficient delivery of TH\u0026P\u0027s capital and maintenance programmes.\nFurther information on this lot can be found within the published tender documents.",
"id": "4",
"status": "active",
"suitability": {
"sme": true
},
"title": "Commercial and Contract Management Support Services",
"value": {
"amount": 100000000,
"amountGross": 120000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"participationFees": [
{
"description": "The Supplier shall pay to the Authority a rebate in the amount of 1.5% of all Qualified Funds due to the Supplier in respect of Contracts called off under this Framework Agreement.\nQualified Funds shall include monies received by the Supplier from Other Contracting Bodies (that is, not LCC) under Contracts established with and for the benefit of those Other Contracting Bodies by call off under this Framework Agreement.",
"id": "ocds-h6vhtk-051c88",
"relativeValue": {
"monetaryValue": "award",
"proportion": 0.015
},
"type": [
"win"
]
}
],
"procedure": {
"features": "Stage 1: PSQ Stage\nPSQ Documents are issued to anyone who wishes to participate. The PSQ assesses the Conditions of Participation (CoP) and a selection of lot specific \"quality\" questions based on previous experience which each have individual weightings to total 100%. \nThe 8 highest ranked bidders for Lots 1 - 3 will be shortlisted and invited to progress to the second stage. The 6 highest ranked bidders for Lot 4 will be shortlisted and invited to progress to the second stage. \nStage 2: ITT Stage\nAssesses Quality and Price based on their relative percentage (%) weighting. The overall highest ranked bidders will be awarded a place on the framework. The numbers of bidders to be awarded a place on the framework per lot are as follows: \nLot 1 - 4 suppliers\nLot 2 - 4 suppliers\nLot 3 - 4 suppliers\nLot 4 - 3 suppliers\nFull description of the competition can be found within the published tender documents."
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "All submissions must be made via ProContract where the full suite of tender documents can be accessed. Link to the advert on ProContract is below, or alternatively bidders can find this opportunity on ProContract using the reference DN788248.\nhttps://procontract.due-north.com/Procurer/Advert/View?advertId=9c7f4099-f413-f111-813c-005056b64545\u0026fromAdvertEvent=True",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"buyerCategories": "- All departments of Liverpool City Council including any arm\u0027s length company organisations\n- Halton Borough Council, Knowsley Metropolitan Borough Council, Sefton Metropolitan Borough Council, St Helens Metropolitan Borough Council, Wirral Metropolitan Borough Council and the Liverpool City Region Combined Authority (the \"LCRCA\") (and each a \"Local Authority\") and any subsidiaries, affiliated or associated joint-venture vehicles of each Local Authority including local authority trading companies and local authority housing companies, registered providers of social housing including but not limited to a list of providers registered with the Regulator of Social Housing (RSH); and\n- Transport for Liverpool City Region (TfLCR) (previously known as Merseytravel) or such other organisation as may exist in the future as the LCRCA regional transport network.",
"buyerLocationRestrictions": [
{
"gazetteer": {
"identifiers": [
"UKD7"
],
"scheme": "GB-ITL"
}
}
],
"description": "Bidders will be shortlisted a PSQ stage, with 8 bidders being invited to progress to the ITT stage for lots 1-3 and 6 bidders being invited to progress to the ITT stage for lot 4. \nAt ITT stage, the award criteria weightings will be set and the highest ranked bidders on each lot will be awarded a place on the framework. The following are the number of bidders who will be awarded a place on the framework per lot: \nLot 1 - 4 bidders\nLot 2 - 4 bidders\nLot 3 - 4 bidders\nLot 4 - 3 bidders\nAt ITT stage, bidders will be asked to complete the provided pricing schedules which will form the basis of the framework rates.",
"method": "withAndWithoutReopeningCompetition",
"type": "open"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2026-07-08T12:00:00+01:00"
},
"title": "Highways Professional Services Framework",
"value": {
"amount": 100000000,
"amountGross": 120000000,
"currency": "GBP"
}
}
}