Scope
Reference
P1135
Description
Birmingham City Council is seeking to appoint organisations for the provision of technical professional services via the Transportation and Infrastructure Professional Services Framework Agreement. The Framework Contract requires consultants who will bring their national , international experience and innovative solutions to deliver added value to our customers and the general public.
The framework will be a multi-supplier multi-disciplinary framework and will cover all services required to design and deliver highways and infrastructure projects for the Council. The framework contracts being procured will be awarded with up to a maximum of 4 service providers. All Consultants appointed to the Framework Agreement will be required to have the required skill sets and range of staff available in sufficient numbers and expertise to cover the full range of skills needed to efficiently carry out all the different types of civil engineering and transport related work.
Other local Public Bodies based within the East Midlands and West Midlands are entitled to use the Framework Agreement, subject to approval by the Council. This is affected by the completion of an access agreement between the Council and these other local Public Bodies.
The open framework scheme will remain in place for a maximum period of up to eight years, commencing on the date that the Contract is awarded pursuant to this procurement process. Further details in respect of how the open framework scheme will operate are set out within the Framework Opening Protocol, contained in the tender documents.
The Council does not intend to procure specialist sub-lots on this framework. It is intended to access specialist services via the 4 Suppliers and their supply chains. Under PA23 it states that Subcontracting to SMEs: A condition of participation could require a large supplier to subcontract a certain percentage of the contract to SMEs. This can be a way to promote SME involvement in public sector contracts. The Council intend to incorporate a minimum requirement of 20% of all services to be subcontracted to SMEs as a condition of participation via awarded suppliers.
NEC4 terms and conditions will be used for this framework.
Suppliers will need to ensure they are on the Central Digital Platform.
Of the £400m framework spend (excl VAT), £240m of this is for Birmingham City Council.
Commercial tool
Establishes an open framework
Total value (estimated)
- £400,000,000 excluding VAT
- £480,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 26 January 2026 to 25 January 2034
- 8 years
Main procurement category
Services
CPV classifications
- 45232451 - Drainage and surface works
- 50232100 - Street-lighting maintenance services
- 63712700 - Traffic control services
- 71240000 - Architectural, engineering and planning services
- 71311220 - Highways engineering services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71320000 - Engineering design services
- 71351914 - Archaeological services
- 71410000 - Urban planning services
- 90731100 - Air quality management
Contract locations
- UKG - West Midlands (England)
Framework
Open framework scheme end date (estimated)
25 January 2034
Maximum number of suppliers
4
Maximum percentage fee charged to suppliers
0%
Framework operation description
1. This Open Framework Invitation to tender is for Transportation and Infrastructure Professional Services.
2. The framework will be a multi-disciplinary framework and will cover all services required to design and deliver transportation, development, civil engineering, highways, and infrastructure projects. All Consultants appointed to the Framework Agreement will be required to have the required skill sets and range of staff available in sufficient numbers and expertise to cover the full range of skills needed to efficiently carry out all the different types of civil engineering and transport related work.
The framework scope includes all services required for the execution of the development, design and supervision of highway, civil and municipal engineering works. Typical services may involve, but not exclusively relate to highway improvements, highway infrastructure works (including bridges, subways, culverts and retaining walls), public realm works (town centre enhancements), drainage improvements, minor works, and other infrastructure works.
The framework disciplines will cover:
: Multi-Disciplinary design
: Archaeological Investigations
: Financial Modelling
: Project Management
: Transport Planning
: Site Investigations
: Road Safety Audit
: Public Consultation and Marketing
: Traffic Signals and Urban Traffic Control
: Cost Management and Quantity Surveying
: Programme and Risk management
: New Roads and Street Works Act, Utilities Coordination
: Drainage Professional Services
: Structural Engineering
: Site Management and Supervision
: Management of S278 and S38
: Sustainability, Ecology, and Environmental Advice
: Traffic Regulation Orders
: Street Lighting
: Air Quality
: Computer aided design support
: Consultancy resource (persons)
3. The Framework period is anticipated shall be 26th January 2026 to 25th January 2034, subject to more than one Supplier being appointed to each Framework in the scheme of Frameworks. (Maximum 4 suppliers).
4. The Council does not intend to procure specialist sub-lots on this framework. It is intended to access specialist services via the 4 Suppliers and their supply chains. Under PA23 it states that Subcontracting to SMEs: A condition of participation could require a large supplier to subcontract a certain percentage of the contract to SMEs. This can be a way to promote SME involvement in public sector contracts. The Council intend to incorporate a minimum requirement of 20% of all services to be subcontracted to SMEs as a condition of participation via awarded suppliers.
5. NEC4 Contract terms and conditions will be used.
6. Suppliers need to ensure that they are registered with their details on the Central Digital Platform.
7. The estimated value of this Open Framework is £400,000,000 excluding VAT. (Note: £240,000,000 of this is for Birmingham City Council).
8. The Framework will be open to other local public bodies based in the East and West Midlands to use if they so wish.
9. Opening and operation of the Framework:
The Authority intends to re-open the Framework at the following points:
• Once during the period of 3 years from award of the first Framework under this scheme, and
• Within a period of 2 years beginning on the award of the second Framework scheme.
10.1 The Council reserves the right to adjust the indicative reopening schedule in response to operational requirements. Any changes will be communicated with sufficient notice via Find a Tender Service and to existing suppliers.
10.2 The final Framework will expire at the end of period of 8 years beginning with the Framework Commencement Date (subject to more than one Supplier being Appointed to each Framework in the scheme).
10.3 There will be a limit of up to 4 Suppliers that can be party to each of the Frameworks in the scheme.
10.4 There are no Lots on this framework.
10.5 Whenever the Framework is re-opened, the award of that new Framework will effectively close the existing agreement and create a new Framework. Any processes for the award of a Call-Off contract under the expired Framework that have already commenced can continue following the expiry of that Framework.
10.6 At the point of re-opening the Framework, supplier be notified of the re-opening by publication on Find a Tender Service. Existing framework suppliers may also be directly contacted and invited to apply to join the new Framework.
10.7 During the re-opening, suppliers who are party to the Framework in existence immediately prior to the next Framework to be awarded (Existing Suppliers) will be required to confirm whether they wish to be considered to join the new Framework in the scheme of frameworks, and, if they do specify whether they wish to be considered by reference to either:
10.7.1 A tender relating to an earlier award under the scheme. If an Existing Supplier chooses this option the earlier tender will be re-assessed. There is no guarantee of re-appointment to the Framework; or
10.7.2 A new tender submitted in relation to the current award. If an Existing Supplier chooses this option the new tender will be assessed. There is no guarantee of re-appointment to the Framework.
10.8 Existing Supplier can choose not to join the new Framework.
10.9 All suppliers, whether new or existing, will be subject to the same exclusion checks and compliance requirement, and all Existing Suppliers will be re-assessed against mandatory and discretionary exclusion grounds at each re-opening.
10.10 Full instructions will be provided at the point of re-opening the Framework.
10.11 In the event that only one supplier is appointed to any Framework in the scheme of Framework during the Open Framework period than the maximum term of the Framework, and the Open Framework, will be 4 years from the date on which the single supplier Framework is awarded.
11. Selection process for award of contracts:
Framework Suppliers will be selected based on the assessment using the criteria set out in the Invitation to Tender. For this framework, the following ranges will be used
Quality 50%
Social Value 10% (and element of the social value is pass/fail).
Price 40%
12. Selection criteria for Further Competitions:
Assessment criteria for Further Competitions for call-off contracts will be set by the Contracting Authority, with the criteria weightings set out in the tender documents. The Contracting Authority user will be able to decide what percentage of marks it wants to allocate to each of the assessment criteria, within the maximum and minimum amounts set out:
The documents will include details of how the opportunity will be evaluated. The following ranges will be used
Quality 30% to 70%
Social Value 0% to 10%
Price 30% to 70%
Award method when using the framework (call-offs)
Under the framework where the estimated value of the services is under the Threshold (currently £179,087 excl vat), the Client can choose whether to use the Direct Award or the Further Competition process to let a Call-Off Contract. Over £179,087 it will be way of a further competition process.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The framework is open to local public sector bodies based in the East and West Midlands (but no limited to) to utilise if they wish. The following list is provided as a high-level overview:
• Local Authorities and/or Councils.
• Unitary Authorities
• District (or Borough/City) Councils
• Housing Associations
• NHS Bodies
Birmingham City Council (or any of its subsidiaries), Solihull Council, Coventry City Council, Dudley Council, Sandwell Council, Solihull Council, Walsall Council, Wolverhampton Council.
Derbyshire County Council, Leicestershire County Council, Lincolnshire County Council, Northamptonshire County Council, Nottinghamshire County Council. Derby City Council, Leicester City Council, Nottingham City Council, Rutland County Council. Broxtowe Borough Council, High Peak Borough Council, Chesterfield Borough Council, Lincoln City Council, Northamptonshire Council. Warwick Council.
West Midlands Combined Authority.
Midland Heart Housing Association, Orbit Housing Association
Submission
Enquiry deadline
7 November 2025, 12:00pm
Tender submission deadline
19 November 2025, 12:00pm
Submission address and any special instructions
This framework agreement is being issued using the Council's e-tendering system 'In-tend' and organisations must ensure that they are registered users. The procurement process will be managed using this system and therefore all bids must be submitted by Tenderers via the 'in-tend' system. https://in-tendhost.co.uk/birminghamcc Registration and use of in-tend is free. All correspondence for this procurement process must be via the in-tend correspondence function and you should not contact any individual directly either by email or by telephone. If you are already a registered user, you do not have to re-register. If you are unable to register with in-tend or are experiencing difficulties, please email the etendering@birmingham.gov.uk.
Tender deadline submission is noon on 19th November 2025.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
6 January 2026
Award criteria
Name | Description | Type |
---|---|---|
Simple description | Selection process for award of contracts: Framework Suppliers will be selected based on the assessment using the criteria set out in the Invitation to Tender. For this framework, the following ranges... |
Price |
Weighting description
Selection process for award of contracts:
Framework Suppliers will be selected based on the assessment using the criteria set out in the Invitation to Tender. For this framework, the following ranges will be used
Quality 50%
Social Value 10% (and element of the social value is pass/fail).
Price 40%
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Birmingham City Council
- Public Procurement Organisation Number: PCJJ-4826-QMLZ
Council House, 1 Victoria Square
Birmingham
B1 1BB
United Kingdom
Contact name: Commercial and Procurement Services
Email: etendering@birmingham.gov.uk
Region: UKG31 - Birmingham
Organisation type: Public authority - sub-central government