Notice Information
Notice Title
WCC Bus Shelters, advertising and maintenance
Notice Description
Warwickshire County Council is seeking to procure a Supplier to provide a comprehensive service for the advertising, maintenance, and cleansing of council owned bus shelters across the County. Warwickshire County Council currently own and maintain around 302 Bus Shelters across the County. This number is flexible due to ongoing installations delivered through the capital programme however, the numbers presented in this brief are considered a realistic representation of the current network. Currently, 83 Bus Shelters across Warwickshire's estate are fitted with advertising panels 80 shelters are equipped for traditional paper-based advertising 3 shelters feature digital advertising displays All existing bus shelters are the property of Warwickshire County Council, and those installed or replaced under this contract, including both new installations and replacement of existing units, will be and will remain the property of Warwickshire County Council. The primary objectives of this contract, each of equal importance, are as follows: To generate advertising revenue for the Council through the use of bus shelters. To ensure all bus shelters are consistently clean, well presented, and visually appealing. To maintain all shelters so they remain safe, functional, and fit for public use. To have a Supplier capable of supplying, installing, removing and relocating bus shelters at the Councils request.
Lot Information
Lot 1
Options: The Council reserves the right to make additional purchases during the contract that relate to bus shelters and advertising.
Renewal: The initial contract term will be for a period of 10 years. This may be extended for another period of 5 years at the sole discretion of the Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-058499
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013640-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
44212321 - Bus shelters
79341000 - Advertising services
Notice Value(s)
- Tender Value
- £1,500,000 £1M-£10M
- Lots Value
- £1,500,000 £1M-£10M
- Awards Value
- £3,000,000 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Feb 20261 weeks ago
- Submission Deadline
- 9 Sep 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 13 Feb 20261 weeks ago
- Contract Period
- 25 Feb 2026 - 25 Feb 2036 Over 5 years
- Recurrence
- 2040-03-01
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
- Contact Name
- Not specified
- Contact Email
- procurement@warwickshire.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)
- TLG1 Herefordshire, Worcestershire and Warwickshire
- Small Region (ITL 3)
- TLG13 Warwickshire CC
- Delivery Location
- TLG3 West Midlands
-
- Local Authority
- Warwick
- Electoral Ward
- Warwick Saltisford
- Westminster Constituency
- Warwick and Leamington
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/013640-2026
13th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/047434-2025
8th August 2025 - Tender 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-058499-2026-02-13T17:32:16Z",
"date": "2026-02-13T17:32:16Z",
"ocid": "ocds-h6vhtk-058499",
"initiationType": "tender",
"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-COH-01324196",
"name": "TRUEFORM ENGINEERING LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "01324196"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBRC-5954-RMXP"
}
],
"address": {
"streetAddress": "Unit 12 Pasadena Trading Estate",
"locality": "Hayes",
"postalCode": "UB3 3NQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI74"
},
"contactPoint": {
"email": "sales@trueform.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.trueform.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PDTN-5446-NMXW",
"name": "Warwickshire County Council"
},
"planning": {
"noEngagementNoticeRationale": "Preliminary Market Engagement was conducted prior to the introduction of the Preliminary Market Engagement Notice. A summary of the preliminary market engagement is an appendix within the tender documentation."
},
"tender": {
"id": "WCC-22249",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "WCC Bus Shelters, advertising and maintenance",
"description": "Warwickshire County Council is seeking to procure a Supplier to provide a comprehensive service for the advertising, maintenance, and cleansing of council owned bus shelters across the County. Warwickshire County Council currently own and maintain around 302 Bus Shelters across the County. This number is flexible due to ongoing installations delivered through the capital programme however, the numbers presented in this brief are considered a realistic representation of the current network. Currently, 83 Bus Shelters across Warwickshire's estate are fitted with advertising panels 80 shelters are equipped for traditional paper-based advertising 3 shelters feature digital advertising displays All existing bus shelters are the property of Warwickshire County Council, and those installed or replaced under this contract, including both new installations and replacement of existing units, will be and will remain the property of Warwickshire County Council. The primary objectives of this contract, each of equal importance, are as follows: To generate advertising revenue for the Council through the use of bus shelters. To ensure all bus shelters are consistently clean, well presented, and visually appealing. To maintain all shelters so they remain safe, functional, and fit for public use. To have a Supplier capable of supplying, installing, removing and relocating bus shelters at the Councils request.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44212321",
"description": "Bus shelters"
},
{
"scheme": "CPV",
"id": "79341000",
"description": "Advertising services"
}
],
"deliveryAddresses": [
{
"region": "UKG3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 1500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Procurement Process This procurement is being conducted using the Competitive Flexible Procedure (Procurement Act 2023). An outline of the procurement process is included below: Stage 1: Initial Submissions Bidders are required to complete and return their initial tender submissions as detailed within this document. The initial submissions will be used for the down-selection of bidders and will be based on the conditions of participation pass/fail evaluation, an outline tender submission evaluation and price evaluation. 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 will be weighted in a similar way to stage 1 but will have non-cost evaluation questions relating to specific elements of the requirement and the cost evaluation will be as detailed in the part 4 - pricing schedule document. There will also be a social value evaluation element. 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. To provide some context on when these stages are used, and what they are likely to contain, we have reproduced the Government Commercial Function guidance regarding these stages below: Post Tender Negotiation Stage: When used: - Post-tender negotiation may be incorporated where a contracting authority intends to improve the content of the highest scoring tender. An example might include where a contracting authority identifies an opportunity to reduce the tender costs where efficiencies can be achieved, e.g. the staging of payments, so that the supplier is not incurring unnecessary interest costs. Post-tender negotiation might also be used to seek improvements to the non-financial aspects of the contract, e.g. delivery times, supplier flexibility to change without cost, increasing social value etc. Post-tender negotiation might also be necessary where unforeseen circumstances have arisen that require appropriate changes to the contract terms. Preferred Supplier Stage: When used: - This stage might be relevant where there would be advantages in developing and finalising the final contract with the most advantageous tenderer. Most likely to be used when contractual terms are complex or to confirm commitments made in tenders can be satisfied."
},
"mainProcurementCategory": "services",
"additionalProcurementCategories": [
"goods"
],
"specialRegime": [
"concession"
],
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "Applicants are required to answer all of the questions and return their completed response by:- no later than Tuesday 9th September 2025 at 12 Noon via 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 detailed above. Applicants are advised that if their tender response 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 The procurement documents are available for unrestricted and full direct access, free of charge, at https://in-tendhost.co.uk/csw-jets/aspx/Home Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://in-tendhost.co.uk/csw-jets/aspx/Home",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-09-09T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-09-02T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-01-26T23:59:59Z"
},
"lots": [
{
"id": "1",
"status": "complete",
"value": {
"amountGross": 1500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Cost evaluation",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Non-cost evaluation",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-03-31T00:00:00+01:00",
"endDate": "2036-03-31T23:59:59+01:00",
"maxExtentDate": "2041-03-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract term will be for a period of 10 years. This may be extended for another period of 5 years at the sole discretion of the Council."
},
"hasOptions": true,
"options": {
"description": "The Council reserves the right to make additional purchases during the contract that relate to bus shelters and advertising."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "047434-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/047434-2025",
"datePublished": "2025-08-08T16:58:47+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2040-03-01T23:59:59Z"
}
]
},
"contractTerms": {
"financialTerms": "Please refer to the tender documents."
},
"riskDetails": "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 and/or products. Changes arising from Local Government Reform (LGR), legislative developments, or other external influences which may impact the delivery or scope of the contracted services"
},
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"status": "pending",
"date": "2026-02-13T00:00:00Z",
"value": {
"amountGross": 3600000,
"amount": 3000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"additionalProcurementCategories": [
"goods"
],
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-01324196",
"name": "TRUEFORM ENGINEERING LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44212321",
"description": "Bus shelters"
},
{
"scheme": "CPV",
"id": "79341000",
"description": "Advertising services"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-02-24T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-02-25T00:00:00Z",
"endDate": "2036-02-25T23:59:59Z",
"maxExtentDate": "2041-02-25T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the contract will be 10 years with a possible extension of 60 months."
},
"hasOptions": true,
"options": {
"description": "The Council reserves the right to make additional purchases during the contract that fall under the category of Bus shelters, bus shelter maintenance and related advertising."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "013640-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013640-2026",
"datePublished": "2026-02-13T17:32:16Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-02-13T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-25T23:59:59Z",
"status": "scheduled"
}
]
}
]
}