Notice Information
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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-060374
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011489-2026
- 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
- 9 Feb 2026Today
- Submission Deadline
- 13 Mar 20262 months to go
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST MIDLANDS COMBINED AUTHORITY
- Contact Name
- Not specified
- Contact Email
- procurement.team@wmca.org.uk
- Contact Phone
- +44 0
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/011489-2026
9th February 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/010961-2026
6th February 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/002164-2026
12th January 2026 - Preliminary market engagement 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-060374-2026-02-09T15:39:57Z",
"date": "2026-02-09T15:39:57Z",
"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"
}
],
"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"
}
]
}
]
},
"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."
}
]
},
"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"
}
],
"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."
}
]
},
"language": "en"
}