Scope
Reference
PRT-ITS-WPG-2026-0011
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.
Total value (estimated)
- £12,000,000 excluding VAT
- £14,400,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 July 2026 to 31 March 2031
- Possible extension to 31 March 2036
- 9 years, 9 months
Description of possible extension:
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.
Main procurement category
Services
CPV classifications
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
Contract locations
- UKG - West Midlands (England)
Participation
Legal and financial capacity conditions of participation
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 = £10,000,000
Public Liability Insurance = £10,000,000
Professional Indemnity Insurance = £5,000,000
Product Liability Insurance = £10,000,000
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.
Technical ability conditions of participation
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.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
20 February 2026, 5:00pm
Tender submission deadline
13 March 2026, 12:00pm
Submission address and any special instructions
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;
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
10 April 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Technical | Quality | 60.00% |
| Commercial | Price | 40.00% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Special regime
Utilities
Contracting authority
West Midlands Combined Authority
- Public Procurement Organisation Number: PGMD-1353-PZVX
16 Summer Lane
Birmingham
B19 3SD
United Kingdom
Region: UKG31 - Birmingham
Organisation type: Public authority - sub-central government