Scope
Reference
WCC - 22600
Description
Warwickshire County Council (WCC), Coventry City Council (CCC) and Solihull Metropolitan Borough Council (SMBC) are the respective highway authorities for Warwickshire, Coventry and Solihull.
This contract is a joint procurement to deliver a wide range of highway maintenance and improvement services for all three authorities.
The Contractor is to provide highway maintenance and other related services (the Services) to improve and maintain the Total Network on behalf of WCC, CCC and SMBC.
The objectives are to:
• Maintain and improve the condition of the road network and associated assets.
• Ensure the safety of road users
• Minimise disruption to traffic
• Deliver value for money
• Protect the environment
Total value (estimated)
- £900,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 5 May 2026 to 4 May 2033
- Possible extension to 4 May 2039
- 13 years
Description of possible extension:
The initial contract term will be 7 years with the option to extend by up to a maximum 72 months.
Main procurement category
Works
CPV classifications
- 45000000 - Construction work
Submission
Submission type
Tenders
Tender submission deadline
31 July 2025, 1:00pm
Submission address and any special instructions
Tender documentation is available via the CSW-Jets portal at https://in-tendhost.co.uk/csw-jets/aspx/Home.
Your tender return must be submitted via the E-tendering portal. You will not be able to upload your tender after the deadline. Applicants are advised that if their tender response (including any associated documentation) is only partially uploaded within the E-tendering portal by the closing date and time then the system will lock them out and they will not be able to complete their document upload. The Council reserves the right to only evaluate documents received within the E-tendering portal by the closing date and time and applicants are advised that a partial upload is unlikely to be successful. Applicants are therefore recommended to upload their full tender response well in advance of the closing date and time.
If you are experiencing any difficulties with your upload you must contact the Council well in advance of the closing date and time.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
12 December 2025
Recurring procurement
Publication date of next tender notice (estimated): 1 May 2037
Award criteria
Name | Type | Weighting |
---|---|---|
Experience | Quality | 60% |
Outline Tender Proposal | Quality | 40% |
Other information
Description of risks to contract performance
The highways contract shall bind respective successors and permitted assigns of WCC. A public authority may become a successor to WCC or to a Non-Lead Authority by reason of the Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008 or otherwise.
If more than one public authority succeeds WCC, prior to such succession, WCC notifies the Contractor of the successor to be the Client.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The Council will use the Competitive Flexible Procedure for this exercise. The Council intends to follow the process and stages outlined below but reserves the right to amend the Competitive Flexible Procedure at subsequent stages within the procurement process.
Stage 1: Initial Submissions
Bidders are required to complete and return their initial tender submissions as detailed within the ITT document. The initial submissions will be used for the down-selection of bidders and will be based on the conditions of participation evaluation and an outline tender submission. The Council will invite the top three* ranked bidders to the next stage of the procurement process.
*Please note: *WCC reserves the right to invite more organisations where there is a negligible difference in the scores between the 3rd applicant and the next placed applicant(s) or to invite less applicants where it feels that the quality of submissions is insufficient to warrant inclusion in the next stage.
Stage 2: Bid Optimisation/Dialogue/Pre-tender Negotiation
Those Bidders who are invited to participate in stage 2 will be invited to take part in dialogue meetings. The purpose of these meetings will be to discuss the outline tender proposals, ensure that the Council's requirement/solution is thoroughly understood by suppliers and that any supplier risks and assumptions are appropriately managed or removed before final tenders are submitted. The meetings will also be used to optimise the bidder's solution prior to submission of final tenders. Stage 2 may also be used to refine the outline specification, pricing schedule, award criteria, contract and/or any other documentation prior to an invitation to submit final tenders.
Stage 3: Invitation to Submit Final Tenders (ITSFT)
At the conclusion of stage 2, the shortlisted bidders will be invited to submit a final tender submission. A new Invitation to Tender document for this stage will be provided and will incorporate a final specification/pricing schedule/contract etc. including any refinements identified during the bid optimisation stage. The evaluation criteria and questions will be bespoke to this ITSFT stage and will be included in the ITSFT document. The evaluation criteria for the ITSFT stage will differ from those identified in the UK4 Tender notice for Stage 1.
Stage 4: Post Tender Negotiation/Preferred Supplier
The Council may also consider the use of a Post Tender Negotiation or Preferred Supplier stage following the conclusion of stage 3.
Any adjustments to the Competitive Flexible Procedure will be specified within the tender documents at the relevant procurement stage.
The Council reserves the right to amend and refine the award criteria at subsequent stages of the procurement process. Any changes will be communicated to tenderers during the relevant stage of the procurement process.
Justification for not publishing a preliminary market engagement notice
Preliminary Market Engagement was conducted prior to the introduction of the Preliminary Market Engagement Notice.
Contracting authorities
Warwickshire County Council
- Public Procurement Organisation Number: PDTN-5446-NMXW
Shire Hall
Warwick
CV34 4SA
United Kingdom
Email: procurement@warwickshire.gov.uk
Website: http://www.warwickshire.gov.uk
Region: UKG13 - Warwickshire
Organisation type: Public authority - sub-central government
Coventry City Council
- Public Procurement Organisation Number: PMJC-6861-XJPP
Council House, Earl Street
Coventry
CV1 5RR
United Kingdom
Region: UKG33 - Coventry
Organisation type: Public authority - sub-central government
Solihull Metropolitan Borough Council
- Public Procurement Organisation Number: PGWC-7578-LYDG
Council House, Manor Square
Solihull
B91 3QB
United Kingdom
Email: procteam@solihull.gov.uk
Region: UKG32 - Solihull
Organisation type: Public authority - sub-central government