Tender

Transportation and Infrastructure Professional Services Framework

BIRMINGHAM CITY COUNCIL

This public procurement record has 2 releases in its history.

Tender

07 Oct 2025 at 15:03

Planning

12 May 2025 at 14:55

Summary of the contracting process

Birmingham City Council is initiating the tender stage of the Transportation and Infrastructure Professional Services Framework, aimed at appointing organisations to provide technical professional services. The framework, valued at £400 million, will address services required to design and deliver highways and infrastructure projects primarily for the Council and other local public bodies in the East and West Midlands. This multi-supplier, multi-disciplinary framework will remain active for eight years, commencing from 26th January 2026. Interested businesses must submit bids via Birmingham City Council's e-tendering system 'In-tend' by noon on 19th November 2025. The procurement is being conducted using an open procedure, with no specialist sub-lots planned; however, suppliers are required to subcontract at least 20% of the volume to SMEs.

This framework presents significant opportunities for businesses specialising in various engineering and infrastructure services, as it requires a broad range of expertise from drainage and surface works to architectural and urban planning services. Companies with a strong portfolio in these areas, especially those leveraging innovative solutions and possessing sufficient staffing capacity, will find themselves well-positioned for participation. Furthermore, the Council's requirement to subcontract to SMEs offers opportunities for smaller enterprises to engage in public sector contracts, enhancing their market presence and experience in significant infrastructure projects.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Transportation and Infrastructure Professional Services Framework

Notice Description

Birmingham City Council is seeking to appoint organisations for the provision of technical professional services via the Transportation and Infrastructure Professional Services Framework Agreement. The Framework Contract requires consultants who will bring their national , international experience and innovative solutions to deliver added value to our customers and the general public. The framework will be a multi-supplier multi-disciplinary framework and will cover all services required to design and deliver highways and infrastructure projects for the Council. The framework contracts being procured will be awarded with up to a maximum of 4 service providers. All Consultants appointed to the Framework Agreement will be required to have the required skill sets and range of staff available in sufficient numbers and expertise to cover the full range of skills needed to efficiently carry out all the different types of civil engineering and transport related work. Other local Public Bodies based within the East Midlands and West Midlands are entitled to use the Framework Agreement, subject to approval by the Council. This is affected by the completion of an access agreement between the Council and these other local Public Bodies. The open framework scheme will remain in place for a maximum period of up to eight years, commencing on the date that the Contract is awarded pursuant to this procurement process. Further details in respect of how the open framework scheme will operate are set out within the Framework Opening Protocol, contained in the tender documents. The Council does not intend to procure specialist sub-lots on this framework. It is intended to access specialist services via the 4 Suppliers and their supply chains. Under PA23 it states that Subcontracting to SMEs: A condition of participation could require a large supplier to subcontract a certain percentage of the contract to SMEs. This can be a way to promote SME involvement in public sector contracts. The Council intend to incorporate a minimum requirement of 20% of all services to be subcontracted to SMEs as a condition of participation via awarded suppliers. NEC4 terms and conditions will be used for this framework. Suppliers will need to ensure they are on the Central Digital Platform. Of the PS400m framework spend (excl VAT), PS240m of this is for Birmingham City Council.

Planning Information

If you are interested in participating in this soft market , please register online via the Council’s In-tend e-tendering portal https://in-tendhost.co.uk/birminghamcc Registration and access to the In-tend electronic tendering tool is free and all correspondence for this market consultation must be made via this on-line process. Report any problems in accessing or using the In-tend e-portal to the Corporate Procurement Team via email at etendering@birmingham.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05113b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/062992-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

63 - Supporting and auxiliary transport services; travel agencies services

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45232451 - Drainage and surface works

50232100 - Street-lighting maintenance services

63712700 - Traffic control services

71240000 - Architectural, engineering and planning services

71311220 - Highways engineering services

71311300 - Infrastructure works consultancy services

71312000 - Structural engineering consultancy services

71320000 - Engineering design services

71351914 - Archaeological services

71410000 - Urban planning services

90731100 - Air quality management

Notice Value(s)

Tender Value
£400,000,000 £100M-£1B
Lots Value
£400,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Oct 20254 months ago
Submission Deadline
19 Nov 2025Expired
Future Notice Date
9 Jun 2025Expired
Award Date
Not specified
Contract Period
26 Jan 2026 - 25 Jan 2034 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BIRMINGHAM CITY COUNCIL
Contact Name
Commercial and Procurement Services
Contact Email
etendering@birmingham.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BIRMINGHAM
Postcode
B1 1BB
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
TLG West Midlands (England)

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05113b-2025-10-07T16:03:58+01:00",
    "date": "2025-10-07T16:03:58+01:00",
    "ocid": "ocds-h6vhtk-05113b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PCJJ-4826-QMLZ",
            "name": "Birmingham City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCJJ-4826-QMLZ"
            },
            "address": {
                "streetAddress": "Council House, 1 Victoria Square",
                "locality": "Birmingham",
                "postalCode": "B1 1BB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG31"
            },
            "contactPoint": {
                "name": "Commercial and Procurement Services",
                "email": "etendering@birmingham.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.in-tendhost.co.uk/birminghamcc",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PCJJ-4826-QMLZ",
        "name": "Birmingham City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "If you are interested in participating in this soft market , please register online via the Council's In-tend e-tendering portal https://in-tendhost.co.uk/birminghamcc Registration and access to the In-tend electronic tendering tool is free and all correspondence for this market consultation must be made via this on-line process. Report any problems in accessing or using the In-tend e-portal to the Corporate Procurement Team via email at etendering@birmingham.gov.uk",
                "dueDate": "2025-05-19T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "020583-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020583-2025",
                "datePublished": "2025-05-12T15:55:41+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "P1135",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Transportation and Infrastructure Professional Services Framework",
        "description": "Birmingham City Council is seeking to appoint organisations for the provision of technical professional services via the Transportation and Infrastructure Professional Services Framework Agreement. The Framework Contract requires consultants who will bring their national , international experience and innovative solutions to deliver added value to our customers and the general public. The framework will be a multi-supplier multi-disciplinary framework and will cover all services required to design and deliver highways and infrastructure projects for the Council. The framework contracts being procured will be awarded with up to a maximum of 4 service providers. All Consultants appointed to the Framework Agreement will be required to have the required skill sets and range of staff available in sufficient numbers and expertise to cover the full range of skills needed to efficiently carry out all the different types of civil engineering and transport related work. Other local Public Bodies based within the East Midlands and West Midlands are entitled to use the Framework Agreement, subject to approval by the Council. This is affected by the completion of an access agreement between the Council and these other local Public Bodies. The open framework scheme will remain in place for a maximum period of up to eight years, commencing on the date that the Contract is awarded pursuant to this procurement process. Further details in respect of how the open framework scheme will operate are set out within the Framework Opening Protocol, contained in the tender documents. The Council does not intend to procure specialist sub-lots on this framework. It is intended to access specialist services via the 4 Suppliers and their supply chains. Under PA23 it states that Subcontracting to SMEs: A condition of participation could require a large supplier to subcontract a certain percentage of the contract to SMEs. This can be a way to promote SME involvement in public sector contracts. The Council intend to incorporate a minimum requirement of 20% of all services to be subcontracted to SMEs as a condition of participation via awarded suppliers. NEC4 terms and conditions will be used for this framework. Suppliers will need to ensure they are on the Central Digital Platform. Of the PS400m framework spend (excl VAT), PS240m of this is for Birmingham City Council.",
        "items": [
            {
                "id": "LOT-0001",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45232451",
                        "description": "Drainage and surface works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232100",
                        "description": "Street-lighting maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712700",
                        "description": "Traffic control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71240000",
                        "description": "Architectural, engineering and planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311220",
                        "description": "Highways engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351914",
                        "description": "Archaeological services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71410000",
                        "description": "Urban planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90731100",
                        "description": "Air quality management"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0001"
            }
        ],
        "value": {
            "amountGross": 480000000,
            "amount": 400000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "maximumParticipants": 4,
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "The framework is open to local public sector bodies based in the East and West Midlands (but no limited to) to utilise if they wish. The following list is provided as a high-level overview: * Local Authorities and/or Councils. * Unitary Authorities * District (or Borough/City) Councils * Housing Associations * NHS Bodies Birmingham City Council (or any of its subsidiaries), Solihull Council, Coventry City Council, Dudley Council, Sandwell Council, Solihull Council, Walsall Council, Wolverhampton Council. Derbyshire County Council, Leicestershire County Council, Lincolnshire County Council, Northamptonshire County Council, Nottinghamshire County Council. Derby City Council, Leicester City Council, Nottingham City Council, Rutland County Council. Broxtowe Borough Council, High Peak Borough Council, Chesterfield Borough Council, Lincoln City Council, Northamptonshire Council. Warwick Council. West Midlands Combined Authority. Midland Heart Housing Association, Orbit Housing Association",
                "description": "1. This Open Framework Invitation to tender is for Transportation and Infrastructure Professional Services. 2. The framework will be a multi-disciplinary framework and will cover all services required to design and deliver transportation, development, civil engineering, highways, and infrastructure projects. All Consultants appointed to the Framework Agreement will be required to have the required skill sets and range of staff available in sufficient numbers and expertise to cover the full range of skills needed to efficiently carry out all the different types of civil engineering and transport related work. The framework scope includes all services required for the execution of the development, design and supervision of highway, civil and municipal engineering works. Typical services may involve, but not exclusively relate to highway improvements, highway infrastructure works (including bridges, subways, culverts and retaining walls), public realm works (town centre enhancements), drainage improvements, minor works, and other infrastructure works. The framework disciplines will cover: : Multi-Disciplinary design : Archaeological Investigations : Financial Modelling : Project Management : Transport Planning : Site Investigations : Road Safety Audit : Public Consultation and Marketing : Traffic Signals and Urban Traffic Control : Cost Management and Quantity Surveying : Programme and Risk management : New Roads and Street Works Act, Utilities Coordination : Drainage Professional Services : Structural Engineering : Site Management and Supervision : Management of S278 and S38 : Sustainability, Ecology, and Environmental Advice : Traffic Regulation Orders : Street Lighting : Air Quality : Computer aided design support : Consultancy resource (persons) 3. The Framework period is anticipated shall be 26th January 2026 to 25th January 2034, subject to more than one Supplier being appointed to each Framework in the scheme of Frameworks. (Maximum 4 suppliers). 4. The Council does not intend to procure specialist sub-lots on this framework. It is intended to access specialist services via the 4 Suppliers and their supply chains. Under PA23 it states that Subcontracting to SMEs: A condition of participation could require a large supplier to subcontract a certain percentage of the contract to SMEs. This can be a way to promote SME involvement in public sector contracts. The Council intend to incorporate a minimum requirement of 20% of all services to be subcontracted to SMEs as a condition of participation via awarded suppliers. 5. NEC4 Contract terms and conditions will be used. 6. Suppliers need to ensure that they are registered with their details on the Central Digital Platform. 7. The estimated value of this Open Framework is PS400,000,000 excluding VAT. (Note: PS240,000,000 of this is for Birmingham City Council). 8. The Framework will be open to other local public bodies based in the East and West Midlands to use if they so wish. 9. Opening and operation of the Framework: The Authority intends to re-open the Framework at the following points: * Once during the period of 3 years from award of the first Framework under this scheme, and * Within a period of 2 years beginning on the award of the second Framework scheme. 10.1 The Council reserves the right to adjust the indicative reopening schedule in response to operational requirements. Any changes will be communicated with sufficient notice via Find a Tender Service and to existing suppliers. 10.2 The final Framework will expire at the end of period of 8 years beginning with the Framework Commencement Date (subject to more than one Supplier being Appointed to each Framework in the scheme). 10.3 There will be a limit of up to 4 Suppliers that can be party to each of the Frameworks in the scheme. 10.4 There are no Lots on this framework. 10.5 Whenever the Framework is re-opened, the award of that new Framework will effectively close the existing agreement and create a new Framework. Any processes for the award of a Call-Off contract under the expired Framework that have already commenced can continue following the expiry of that Framework. 10.6 At the point of re-opening the Framework, supplier be notified of the re-opening by publication on Find a Tender Service. Existing framework suppliers may also be directly contacted and invited to apply to join the new Framework. 10.7 During the re-opening, suppliers who are party to the Framework in existence immediately prior to the next Framework to be awarded (Existing Suppliers) will be required to confirm whether they wish to be considered to join the new Framework in the scheme of frameworks, and, if they do specify whether they wish to be considered by reference to either: 10.7.1 A tender relating to an earlier award under the scheme. If an Existing Supplier chooses this option the earlier tender will be re-assessed. There is no guarantee of re-appointment to the Framework; or 10.7.2 A new tender submitted in relation to the current award. If an Existing Supplier chooses this option the new tender will be assessed. There is no guarantee of re-appointment to the Framework. 10.8 Existing Supplier can choose not to join the new Framework. 10.9 All suppliers, whether new or existing, will be subject to the same exclusion checks and compliance requirement, and all Existing Suppliers will be re-assessed against mandatory and discretionary exclusion grounds at each re-opening. 10.10 Full instructions will be provided at the point of re-opening the Framework. 10.11 In the event that only one supplier is appointed to any Framework in the scheme of Framework during the Open Framework period than the maximum term of the Framework, and the Open Framework, will be 4 years from the date on which the single supplier Framework is awarded. 11. Selection process for award of contracts: Framework Suppliers will be selected based on the assessment using the criteria set out in the Invitation to Tender. For this framework, the following ranges will be used Quality 50% Social Value 10% (and element of the social value is pass/fail). Price 40% 12. Selection criteria for Further Competitions: Assessment criteria for Further Competitions for call-off contracts will be set by the Contracting Authority, with the criteria weightings set out in the tender documents. The Contracting Authority user will be able to decide what percentage of marks it wants to allocate to each of the assessment criteria, within the maximum and minimum amounts set out: The documents will include details of how the opportunity will be evaluated. The following ranges will be used Quality 30% to 70% Social Value 0% to 10% Price 30% to 70% Award method when using the framework (call-offs) Under the framework where the estimated value of the services is under the Threshold (currently PS179,087 excl vat), the Client can choose whether to use the Direct Award or the Further Competition process to let a Call-Off Contract. Over PS179,087 it will be way of a further competition process.",
                "openFrameworkSchemeEndDate": "2034-01-25T23:59:59Z"
            }
        },
        "lots": [
            {
                "id": "LOT-0001",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-26T00:00:00+00:00",
                    "endDate": "2034-01-25T23:59:59+00:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 480000000,
                    "amount": 400000000,
                    "currency": "AED"
                },
                "awardCriteria": {
                    "weightingDescription": "Selection process for award of contracts: Framework Suppliers will be selected based on the assessment using the criteria set out in the Invitation to Tender. For this framework, the following ranges will be used Quality 50% Social Value 10% (and element of the social value is pass/fail). Price 40%",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "description": "Selection process for award of contracts: Framework Suppliers will be selected based on the assessment using the criteria set out in the Invitation to Tender. For this framework, the following ranges will be used Quality 50% Social Value 10% (and element of the social value is pass/fail). Price 40%"
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-09T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "aboveThreshold": true,
        "submissionMethodDetails": "This framework agreement is being issued using the Council's e-tendering system 'In-tend' and organisations must ensure that they are registered users. The procurement process will be managed using this system and therefore all bids must be submitted by Tenderers via the 'in-tend' system. https://in-tendhost.co.uk/birminghamcc Registration and use of in-tend is free. All correspondence for this procurement process must be via the in-tend correspondence function and you should not contact any individual directly either by email or by telephone. If you are already a registered user, you do not have to re-register. If you are unable to register with in-tend or are experiencing difficulties, please email the etendering@birmingham.gov.uk. Tender deadline submission is noon on 19th November 2025.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-19T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-11-07T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-06T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "062992-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/062992-2025",
                "datePublished": "2025-10-07T16:03:58+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}