Notice Information
Notice Title
WCC - Highways Maintenance Contract
Notice Description
Warwickshire County Council (WCC), Coventry City Council (CCC) and Solihull Metropolitan Borough Council (SMBC) are the respective highway authorities for Warwickshire, Coventry and Solihull. This contract is a joint procurement to deliver a wide range of highway maintenance and improvement services for all three authorities. The Contractor is to provide highway maintenance and other related services (the Services) to improve and maintain the Total Network on behalf of WCC, CCC and SMBC. The objectives are to: * Maintain and improve the condition of the road network and associated assets. * Ensure the safety of road users * Minimise disruption to traffic * Deliver value for money * Protect the environment
Lot Information
Lot 1
Renewal: The initial contract term will be 7 years with the option to extend by up to a maximum 72 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-051854
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001634-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
Notice Value(s)
- Tender Value
- £900,000,000 £100M-£1B
- Lots Value
- £900,000,000 £100M-£1B
- Awards Value
- £900,000,000 £100M-£1B
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Jan 20261 months ago
- Submission Deadline
- 31 Jul 2025Expired
- Future Notice Date
- 30 Jun 2025Expired
- Award Date
- 8 Jan 20261 months ago
- Contract Period
- 3 May 2026 - 3 May 2033 Over 5 years
- Recurrence
- 2037-05-01
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WARWICKSHIRE COUNTY COUNCIL
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- procteam@solihull.gov.uk, procurement@warwickshire.gov.uk, procurementcontracts@coventry.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- WARWICK
- Postcode
- CV34 4SA
- Post Town
- Coventry
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG32 Solihull
- Delivery Location
- Not specified
-
- Local Authority
- Solihull
- Electoral Ward
- St Alphege
- Westminster Constituency
- Solihull West and Shirley
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/001634-2026
8th January 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/037598-2025
4th July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/023101-2025
20th May 2025 - Pipeline notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-051854-2026-01-08T17:23:32Z",
"date": "2026-01-08T17:23:32Z",
"ocid": "ocds-h6vhtk-051854",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "023101-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/023101-2025",
"datePublished": "2025-05-20T11:12:20+01:00",
"format": "text/html"
}
],
"noEngagementNoticeRationale": "Preliminary Market Engagement was conducted prior to the introduction of the Preliminary Market Engagement Notice."
},
"parties": [
{
"id": "GB-PPON-PDTN-5446-NMXW",
"name": "Warwickshire County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PDTN-5446-NMXW"
},
"address": {
"streetAddress": "Shire Hall",
"locality": "Warwick",
"postalCode": "CV34 4SA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG13"
},
"contactPoint": {
"email": "procurement@warwickshire.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.warwickshire.gov.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PMJC-6861-XJPP",
"name": "Coventry City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PMJC-6861-XJPP"
},
"address": {
"streetAddress": "Council House, Earl Street",
"locality": "Coventry",
"postalCode": "CV1 5RR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG33"
},
"contactPoint": {
"email": "ProcurementContracts@coventry.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PGWC-7578-LYDG",
"name": "Solihull Metropolitan Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PGWC-7578-LYDG"
},
"address": {
"streetAddress": "Council House, Manor Square",
"locality": "Solihull",
"postalCode": "B91 3QB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG32"
},
"contactPoint": {
"email": "procteam@solihull.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-13007933",
"name": "M GROUP HIGHWAYS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "13007933"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJXG-2338-PQGJ"
}
],
"address": {
"streetAddress": "Abel Smith House",
"locality": "Stevenage",
"postalCode": "SG1 2ST",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH23"
},
"roles": [
"tenderer"
],
"details": {
"url": "https://mgroupltd.com/",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-02756434",
"name": "RINGWAY INFRASTRUCTURE SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02756434"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMYN-9317-XCXP"
}
],
"address": {
"streetAddress": "Albion House",
"locality": "Horsham",
"postalCode": "RH12 2RW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ28"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://www.ringway.co.uk",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-02067112",
"name": "BALFOUR BEATTY LIVING PLACES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02067112"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PHCY-5219-TLDG"
}
],
"address": {
"streetAddress": "The Curve Building Axis Business Park",
"locality": "Langley",
"postalCode": "SL3 8AG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ11"
},
"contactPoint": {
"email": "BBLP-Etendering@bblivingplaces.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://balfourbeattylivingplaces.com/",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PDTN-5446-NMXW",
"name": "Warwickshire County Council"
},
"tender": {
"id": "WCC - 22600",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "WCC - Highways Maintenance Contract",
"description": "Warwickshire County Council (WCC), Coventry City Council (CCC) and Solihull Metropolitan Borough Council (SMBC) are the respective highway authorities for Warwickshire, Coventry and Solihull. This contract is a joint procurement to deliver a wide range of highway maintenance and improvement services for all three authorities. The Contractor is to provide highway maintenance and other related services (the Services) to improve and maintain the Total Network on behalf of WCC, CCC and SMBC. The objectives are to: * Maintain and improve the condition of the road network and associated assets. * Ensure the safety of road users * Minimise disruption to traffic * Deliver value for money * Protect the environment",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "works",
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-05-05T00:00:00+01:00",
"endDate": "2033-05-04T23:59:59+01:00",
"maxExtentDate": "2039-05-04T23:59:59Z"
},
"hasRenewal": true,
"status": "complete",
"value": {
"amountGross": 900000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Experience",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Outline Tender Proposal",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"renewal": {
"description": "The initial contract term will be 7 years with the option to extend by up to a maximum 72 months."
}
}
],
"communication": {
"futureNoticeDate": "2025-06-30T23:59:59+01:00"
},
"status": "complete",
"value": {
"amountGross": 900000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Council will use the Competitive Flexible Procedure for this exercise. The Council intends to follow the process and stages outlined below but reserves the right to amend the Competitive Flexible Procedure at subsequent stages within the procurement process. Stage 1: Initial Submissions Bidders are required to complete and return their initial tender submissions as detailed within the ITT document. The initial submissions will be used for the down-selection of bidders and will be based on the conditions of participation evaluation and an outline tender submission. The Council will invite the top three* ranked bidders to the next stage of the procurement process. *Please note: *WCC reserves the right to invite more organisations where there is a negligible difference in the scores between the 3rd applicant and the next placed applicant(s) or to invite less applicants where it feels that the quality of submissions is insufficient to warrant inclusion in the next stage. Stage 2: Bid Optimisation/Dialogue/Pre-tender Negotiation Those Bidders who are invited to participate in stage 2 will be invited to take part in dialogue meetings. The purpose of these meetings will be to discuss the outline tender proposals, ensure that the Council's requirement/solution is thoroughly understood by suppliers and that any supplier risks and assumptions are appropriately managed or removed before final tenders are submitted. The meetings will also be used to optimise the bidder's solution prior to submission of final tenders. Stage 2 may also be used to refine the outline specification, pricing schedule, award criteria, contract and/or any other documentation prior to an invitation to submit final tenders. Stage 3: Invitation to Submit Final Tenders (ITSFT) At the conclusion of stage 2, the shortlisted bidders will be invited to submit a final tender submission. A new Invitation to Tender document for this stage will be provided and will incorporate a final specification/pricing schedule/contract etc. including any refinements identified during the bid optimisation stage. The evaluation criteria and questions will be bespoke to this ITSFT stage and will be included in the ITSFT document. The evaluation criteria for the ITSFT stage will differ from those identified in the UK4 Tender notice for Stage 1. Stage 4: Post Tender Negotiation/Preferred Supplier The Council may also consider the use of a Post Tender Negotiation or Preferred Supplier stage following the conclusion of stage 3. Any adjustments to the Competitive Flexible Procedure will be specified within the tender documents at the relevant procurement stage. The Council reserves the right to amend and refine the award criteria at subsequent stages of the procurement process. Any changes will be communicated to tenderers during the relevant stage of the procurement process."
},
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "Tender documentation is available via the CSW-Jets portal at https://in-tendhost.co.uk/csw-jets/aspx/Home. Your tender return must be submitted via the E-tendering portal. You will not be able to upload your tender after the deadline. Applicants are advised that if their tender response (including any associated documentation) is only partially uploaded within the E-tendering portal by the closing date and time then the system will lock them out and they will not be able to complete their document upload. The Council reserves the right to only evaluate documents received within the E-tendering portal by the closing date and time and applicants are advised that a partial upload is unlikely to be successful. Applicants are therefore recommended to upload their full tender response well in advance of the closing date and time. If you are experiencing any difficulties with your upload you must contact the Council well in advance of the closing date and time.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-07-31T13:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-12-12T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "037598-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/037598-2025",
"datePublished": "2025-07-04T19:03:10+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2037-05-01T23:59:59+01:00"
}
]
},
"riskDetails": "The highways contract shall bind respective successors and permitted assigns of WCC. A public authority may become a successor to WCC or to a Non-Lead Authority by reason of the Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008 or otherwise. If more than one public authority succeeds WCC, prior to such succession, WCC notifies the Contractor of the successor to be the Client."
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-02067112",
"name": "BALFOUR BEATTY LIVING PLACES LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-13007933",
"name": "M GROUP HIGHWAYS LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-02756434",
"name": "RINGWAY INFRASTRUCTURE SERVICES LIMITED"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"status": "pending",
"date": "2026-01-08T00:00:00Z",
"value": {
"amountGross": 900000000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-02067112",
"name": "BALFOUR BEATTY LIVING PLACES LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-01-19T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-05-04T00:00:00+01:00",
"endDate": "2033-05-03T23:59:59+01:00",
"maxExtentDate": "2039-05-03T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract term will be 7 years with the option to extend by up to a maximum 72 months."
},
"hasOptions": true,
"options": {
"description": "The satisfactory performance of the contract may be jeopardised by the following risks, which by their nature, are unable to be addressed in the contract as awarded: The changing needs and requirements of the Council and the changing demands placed on the Council by its customers. Increases or decreases in funding - such as reductions or additions in budget allocations as part of the Council's budget setting processes, or as a consequence of additional funding streams which were unknown at the time of awarding the contract, but which are provided to increase the volume and scope of services delivered Changes in legislation or national guidance The identification of additional service recipients, not originally captured by the scope of the contract. Opportunities offered by emerging/new technologies. Materialisation of any of the identified risks may result in a permitted modification under Schedule 8 of the Procurement Act 2023. The highways contract shall bind respective successors and permitted assigns of WCC. A public authority may become a successor to WCC or to a Non-Lead Authority by reason of the Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008 or otherwise. If more than one public authority succeeds WCC, prior to such succession, WCC notifies the Contractor of the successor to be the Client."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "001634-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/001634-2026",
"datePublished": "2026-01-08T17:23:32Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-01-08T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-09T23:59:59Z",
"status": "scheduled"
}
]
}
]
}