Tender

Highway Infrastructure Maintenance

WEST MIDLANDS COMBINED AUTHORITY

This public procurement record has 4 releases in its history.

TenderUpdate

11 Feb 2026 at 12:53

TenderUpdate

09 Feb 2026 at 15:39

Tender

06 Feb 2026 at 13:45

Planning

12 Jan 2026 at 10:49

Summary of the contracting process

The West Midlands Combined Authority is inviting bids for a contract titled "Highway Infrastructure Maintenance", focusing on maintaining highway infrastructure across the TfWM's asset portfolio, including bus shelters, totoms, cycle and mobility hubs, and park and ride sites in the United Kingdom. This tender, initiated through an open procedure, encompasses proactive and reactive maintenance tasks, storage of spare parts, and updating of bus flags during network stability periods. The procurement process is currently at the tender stage, with key deadlines for enquiry submissions on 20 February 2026 and tender submissions concluding on 13 March 2026. The contract period is set to begin on 1 July 2026 and run until 31 March 2031, with potential renewal options extending the term until 2036.

This tender presents significant opportunities for businesses specialising in infrastructure maintenance, logistics, and ecological sustainability. The contract, valued at up to £12 million excluding VAT, seeks a single service provider that can deliver high standards of maintenance and integrate sustainable practices in maintenance operations. Companies with expertise in utilities maintenance, smart communication systems, and logistics management can greatly benefit from engaging in this process, particularly those capable of deploying resources efficiently and technology that aligns with TfWM’s asset management systems. Small and medium enterprises (SMEs) are encouraged to participate, with clear criteria for insurance coverage and compliance with regulations such as GDPR and the Modern Slavery Act, ensuring that the tender is accessible to businesses capable of meeting the specified demands.

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

Notice Title

Highway Infrastructure Maintenance

Notice Description

This contract is for the provision of highway infrastructure maintenance across TfWM's asset portfolio (bus shelters, totems, cycle and mobility hubs and all park and ride sites), including proactive and reactive maintenance tasks. This contract also includes the maintenance and updating of bus flags, which will be updated during network stability periods (NSPs). The successful supplier will be required to provide a space where spare parts and out of use assets can be stored throughout the contract term. All of the requirements will be fulfilled by a single supplier, as a single point of contact for TfWM. There are 4 key areas aligned with the requirements set out in this specification, these are: - Reactive Highway Infrastructure Maintenance - Planned Highway Infrastructure Maintenance - Passenger Information - Storage of spares and out of use assets The Service Provider will provide TfWM with a service, including a number of dedicated operatives and vehicles, complete with a suitable smart mobile communication system that is compatible with TfWM's asset management IT system for the electronic upload of data relating to inspections, examinations, fault reporting, work completion reports, electrical works, maintenance and auditing. Maintenance provision under this contract is varied but the majority of repairs are undertaken due to vandalism and typically involves repairs to glazing, bus shelter framework, bus stop pole damage or component items fitted to shelters or poles such as stop plates or seating. This work will include the removal and re-installation of bus shelters, stop poles or information points at existing or new sites. The Service Provider will be required to work in partnership with TfWM and its Suppliers, including but not exclusive to the other principal Service Providers and partners who carry out cleaning, shelter manufacture, installation and advertising, to deliver the very highest standards of service provision. TfWM has made a commitment to and is working to develop good practice in infrastructure sustainability, including green and sustainable technologies in the design, refurbishment and maintenance of transport infrastructure facilities. The Service Provider will be required to demonstrate a commitment to sustainability by integrating sustainable development into their operating practices and culture throughout the contract. This can be achieved by using low fuel consumption and emissions vehicles, optimising visits to each site, recycling of waste materials, disposing of any controlled waste in an approved manner, work with reusable components, using innovative designs and green technology or ethically sourced materials.

Lot Information

Lot 1

Renewal: The Contract will include two (2) optional extension periods in 1 x 3-year and 1 x 2-year increments. The final, potential end date if all extensions are invoked will be 31st March 2036.

Planning Information

N/A - Please see scope

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060374
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012379-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50230000 - Repair, maintenance and associated services related to roads and other equipment

Notice Value(s)

Tender Value
£12,000,000 £10M-£100M
Lots Value
£12,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Feb 20261 months ago
Submission Deadline
13 Mar 2026Expired
Future Notice Date
1 Feb 2026Expired
Award Date
Not specified
Contract Period
30 Jun 2026 - 31 Mar 2031 4-5 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
WEST MIDLANDS COMBINED AUTHORITY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BIRMINGHAM
Postcode
B19 3SD
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
Newtown
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-060374-2026-02-11T12:53:41Z",
    "date": "2026-02-11T12:53:41Z",
    "ocid": "ocds-h6vhtk-060374",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PGMD-1353-PZVX",
            "name": "West Midlands Combined Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGMD-1353-PZVX"
            },
            "address": {
                "streetAddress": "16 Summer Lane",
                "locality": "Birmingham",
                "postalCode": "B19 3SD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG31"
            },
            "contactPoint": {
                "email": "procurement.team@wmca.org.uk",
                "telephone": "+44 0"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ],
                "url": "https://www.wmca.org.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PGMD-1353-PZVX",
        "name": "West Midlands Combined Authority"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "N/A - Please see scope",
                "dateMet": "2024-11-05T00:00:00Z",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "002164-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/002164-2026",
                "datePublished": "2026-01-12T10:49:31Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "PRT-ITS-WPG-2026-0011",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Highway Infrastructure Maintenance",
        "description": "This contract is for the provision of highway infrastructure maintenance across TfWM's asset portfolio (bus shelters, totems, cycle and mobility hubs and all park and ride sites), including proactive and reactive maintenance tasks. This contract also includes the maintenance and updating of bus flags, which will be updated during network stability periods (NSPs). The successful supplier will be required to provide a space where spare parts and out of use assets can be stored throughout the contract term. All of the requirements will be fulfilled by a single supplier, as a single point of contact for TfWM. There are 4 key areas aligned with the requirements set out in this specification, these are: - Reactive Highway Infrastructure Maintenance - Planned Highway Infrastructure Maintenance - Passenger Information - Storage of spares and out of use assets The Service Provider will provide TfWM with a service, including a number of dedicated operatives and vehicles, complete with a suitable smart mobile communication system that is compatible with TfWM's asset management IT system for the electronic upload of data relating to inspections, examinations, fault reporting, work completion reports, electrical works, maintenance and auditing. Maintenance provision under this contract is varied but the majority of repairs are undertaken due to vandalism and typically involves repairs to glazing, bus shelter framework, bus stop pole damage or component items fitted to shelters or poles such as stop plates or seating. This work will include the removal and re-installation of bus shelters, stop poles or information points at existing or new sites. The Service Provider will be required to work in partnership with TfWM and its Suppliers, including but not exclusive to the other principal Service Providers and partners who carry out cleaning, shelter manufacture, installation and advertising, to deliver the very highest standards of service provision. TfWM has made a commitment to and is working to develop good practice in infrastructure sustainability, including green and sustainable technologies in the design, refurbishment and maintenance of transport infrastructure facilities. The Service Provider will be required to demonstrate a commitment to sustainability by integrating sustainable development into their operating practices and culture throughout the contract. This can be achieved by using low fuel consumption and emissions vehicles, optimising visits to each site, recycling of waste materials, disposing of any controlled waste in an approved manner, work with reusable components, using innovative designs and green technology or ethically sourced materials.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 14400000,
            "amount": 12000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2031-03-31T23:59:59+01:00",
                    "maxExtentDate": "2036-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 14400000,
                    "amount": 12000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Bidders must already have, or commit to obtain prior to the commencement of the contract, the levels of insurance cover indicated below: Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Professional Indemnity Insurance = PS5,000,000 Product Liability Insurance = PS10,000,000 Bidders must complete WMCA's Financial Risk Assessment Tool and engage with WMCA prior to the end of the clarification period, if showing as 'Flag as Risk' or 'Fail' on any metrics."
                        },
                        {
                            "type": "technical",
                            "description": "Bidders must confirm that they have the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation (GDPR). Bidders must confirm if they are a 'relevant commercial organisation' as defined in the Modern Slavery Act 2015 and if yes, must confirm that they are compliant with the annual reporting requirements contained within Section 54 of the Act. Bidders must confirm that they would be prepared to pay the real living wage if they are successful in winning this contract."
                        },
                        {
                            "type": "economic",
                            "description": "Bidders must already have, or commit to obtain prior to the commencement of the contract, the levels of insurance cover indicated below: Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Professional Indemnity Insurance = PS5,000,000 Product Liability Insurance = PS10,000,000 Bidders must complete WMCA's Financial Risk Assessment Tool and engage with WMCA prior to the end of the clarification period, if showing as 'Flag as Risk' or 'Fail' on any metrics."
                        },
                        {
                            "type": "technical",
                            "description": "Bidders must confirm that they have the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation (GDPR). Bidders must confirm if they are a 'relevant commercial organisation' as defined in the Modern Slavery Act 2015 and if yes, must confirm that they are compliant with the annual reporting requirements contained within Section 54 of the Act. Bidders must confirm that they would be prepared to pay the real living wage if they are successful in winning this contract."
                        },
                        {
                            "type": "economic",
                            "description": "Bidders must already have, or commit to obtain prior to the commencement of the contract, the levels of insurance cover indicated below: Employer's (Compulsory) Liability Insurance = PS10,000,000 Public Liability Insurance = PS10,000,000 Professional Indemnity Insurance = PS5,000,000 Product Liability Insurance = PS10,000,000 Bidders must complete WMCA's Financial Risk Assessment Tool and engage with WMCA prior to the end of the clarification period, if showing as 'Flag as Risk' or 'Fail' on any metrics."
                        },
                        {
                            "type": "technical",
                            "description": "Bidders must confirm that they have the human and technical resources to perform the contract to ensure compliance with the General Data Protection Regulation (GDPR). Bidders must confirm if they are a 'relevant commercial organisation' as defined in the Modern Slavery Act 2015 and if yes, must confirm that they are compliant with the annual reporting requirements contained within Section 54 of the Act. Bidders must confirm that they would be prepared to pay the real living wage if they are successful in winning this contract."
                        }
                    ]
                },
                "renewal": {
                    "description": "The Contract will include two (2) optional extension periods in 1 x 3-year and 1 x 2-year increments. The final, potential end date if all extensions are invoked will be 31st March 2036."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-01T23:59:59Z"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "To access tender documents, please firstly register on Proactis, WMCA's e-tendering platform. Registration link below; https://procontract.due-north.com/Login Once registered and logged in, please use the below link to directly access the ITT activity; https://procontract.due-north.com/Procurer/Advert/View?advertId=5456fb75-6003-f111-813c-005056b64545&fromAdvertEvent=True",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-13T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-20T17:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-04-10T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "010961-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010961-2026",
                "datePublished": "2026-02-06T13:45:16Z",
                "format": "text/html"
            },
            {
                "id": "011489-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011489-2026",
                "datePublished": "2026-02-09T15:39:57Z",
                "format": "text/html"
            },
            {
                "id": "012379-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/012379-2026",
                "datePublished": "2026-02-11T12:53:41Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "011489-2026",
                "description": "Amended to add Proactis homepage to submission section to clarify that suppliers will need to register on Proactis before accessing tender documents."
            },
            {
                "id": "012379-2026",
                "description": "Updated to include risks to contract which, if materialised, a subsequent modification to the public contract under paragraph 5 of Schedule 8 to the PA2023 (modification of contract following materialisation of a known risk) may be undertaken."
            }
        ],
        "riskDetails": "The below risks have been identified but, the likelihood of the risk materialising, or the impact if it did materialise, are not yet quantifiable. Should one or more of these risks materialise, a subsequent modification to the public contract under paragraph 5 of Schedule 8 to the PA2023 (modification of contract following materialisation of a known risk) may be undertaken. Risk Escalation of international conflicts / Increase of trade tariffs / Emergence of Epidemic/Pandemic . Impact to satisfactory performance of the contract Significant rise in costs or lack of availability of equipment and materials. Why it is not possible to address within the contract Cannot predict availability issues, contracts can cover increased costs to a point, however not significant rises. Risk Discovery of any unused mineshafts underneath any of the TfWM assets. Impact to satisfactory performance of the contract Risk of structural collapse, disruption to the programme and availability of assets. Why it is not possible to address within the contract Cannot predict if this will/won't happen, if TfWM identified if there were any mineshafts beneath the assets it does not mean that there will be a structural collapse event."
    },
    "language": "en"
}