Notice Information
Notice Title
Transport Infrastructure Planned and Reactive Maintenance
Notice Description
This contract is for the provision of transport infrastructure planned and reactive maintenance across TFWM's asset portfolio (bus stations and park and ride sites), including proactive and reactive maintenance tasks, PAT testing and provision of a helpdesk service to manage tasks. There are 5 key requirements set out in this specification, these are: Planned Maintenance Reactive Maintenance Portable Appliance Testing Helpdesk Semi-Skilled Operative These services will be delivered in line with the following objectives: - The provision of Planned Preventative Maintenance (PPM) services to the Mechanical and Electrical (M&E) plant & equipment included within the contract - The provision of reactive and emergency maintenance services to the Building Fabric and all M&E plant and equipment included within the contract - The provision of "ad-hoc" escort / access assistance to all specialist Service Providers, engaged in the delivery of these services - The carrying out of regular condition inspections across the facilities, at agreed intervals - Ensuring that all Statutory and Legislative compliance maintenance works are carried out to all M&E plant & equipment covered in this specification - The provision of specialist maintenance where required - The provision of a comprehensive Planned and Reactive maintenance service across the facilities that complies with the standards and provisions as outlined within this specification 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, working 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-06747b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/027641-2026
- Current Stage
- Tender
- All Stages
- 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
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £5,500,000 £1M-£10M
- Lots Value
- £5,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Mar 20261 weeks ago
- Submission Deadline
- 28 Apr 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Jul 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
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/027641-2026
26th March 2026 - 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-06747b-2026-03-26T09:03:05Z",
"date": "2026-03-26T09:03:05Z",
"ocid": "ocds-h6vhtk-06747b",
"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"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PGMD-1353-PZVX",
"name": "West Midlands Combined Authority"
},
"planning": {
"noEngagementNoticeRationale": "Market engagement was carried out in November 2024. Notice has been published: UK2: Preliminary market engagement notice - Procurement Act 2023 - view information about notice types Notice identifier: 2026/S 000-002164 Procurement identifier (OCID): ocds-h6vhtk-060374 (view related notices) Published 12 January 2026, 10:49am"
},
"tender": {
"id": "PRT-ITS-WPG-2026-0013",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Transport Infrastructure Planned and Reactive Maintenance",
"description": "This contract is for the provision of transport infrastructure planned and reactive maintenance across TFWM's asset portfolio (bus stations and park and ride sites), including proactive and reactive maintenance tasks, PAT testing and provision of a helpdesk service to manage tasks. There are 5 key requirements set out in this specification, these are: Planned Maintenance Reactive Maintenance Portable Appliance Testing Helpdesk Semi-Skilled Operative These services will be delivered in line with the following objectives: - The provision of Planned Preventative Maintenance (PPM) services to the Mechanical and Electrical (M&E) plant & equipment included within the contract - The provision of reactive and emergency maintenance services to the Building Fabric and all M&E plant and equipment included within the contract - The provision of \"ad-hoc\" escort / access assistance to all specialist Service Providers, engaged in the delivery of these services - The carrying out of regular condition inspections across the facilities, at agreed intervals - Ensuring that all Statutory and Legislative compliance maintenance works are carried out to all M&E plant & equipment covered in this specification - The provision of specialist maintenance where required - The provision of a comprehensive Planned and Reactive maintenance service across the facilities that complies with the standards and provisions as outlined within this specification 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, working with reusable components, using innovative designs and green technology or ethically sourced materials.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 6600000,
"amount": 5500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"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",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-28T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-04-07T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-05-29T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 6600000,
"amount": 5500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"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 = PS2,000,000 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."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-08-01T00:00:00+01:00",
"endDate": "2031-03-31T23:59:59+01:00",
"maxExtentDate": "2036-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"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."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "027641-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/027641-2026",
"datePublished": "2026-03-26T09:03:05Z",
"format": "text/html"
}
],
"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."
},
"language": "en"
}