Tender

Transport Infrastructure Planned and Reactive Maintenance

WEST MIDLANDS COMBINED AUTHORITY

This public procurement record has 1 release in its history.

Tender

26 Mar 2026 at 09:03

Summary of the contracting process

West Midlands Combined Authority is inviting tenders for its "Transport Infrastructure Planned and Reactive Maintenance" contract, under an open procedure. The procurement process addresses the repair and maintenance services needed across bus stations and park and ride sites in Birmingham, UK, and aligns with planned and reactive maintenance, PAT testing, and helpdesk services. This tender falls within the services category for utilities and expects interested parties to submit their proposals electronically by 28th April 2026. The tender period began on 26th March 2026 and promises a potential renewal extending the contract until 2036, if all extensions are utilised. The procurement emphasises sustainability in infrastructure development, requiring a commitment to green technologies and ethically sourced materials.

The contract presents significant opportunities for businesses specialising in repair and maintenance services, especially those focused on sustainable practices. With a contract value ranging between £5,500,000 and £6,600,000, this tender is favourable for SMEs that can demonstrate compliance with statutory regulations and possess the necessary insurance covers. Engaging with the contract provides pathways for growth through integration into public infrastructure projects, with the potential for long-term business relationships fostered by the repeat nature of maintained activities. Suitable businesses should have expertise in technical and commercial evaluations as outlined in award criteria, and must ensure compliance with UK employment and data protection requirements, potentially enhancing business reputation and operational reach within the public sector.

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

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.

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

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

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-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"
}