Scope
Reference
CC00191
Description
Worcestershire County Council is seeking qualified and experienced suppliers to deliver services that support and enhance our public transport network. This tender encompasses seven lots that cover three key areas:
Lots:
1. Bus Shelters
2. RTI Displays
3. Maintenance
4. Cleaning
5. Mobility and Interchange Hubs
6. Bus Stop Pole, Flags and Timetable Cases
7. Information Points
Key Areas:
• Bus Stop Infrastructure - the design, supply, installation, and upkeep of durable, safe, and accessible infrastructure that meets current standards and enhances the passenger experience (Lots 1, 5 and 6).
• Cleaning and Maintenance - the provision of regular and responsive cleaning, repairs, and preventative maintenance to ensure that infrastructure remains safe, welcoming, and operational at all times (Lots 3 and 4).
• Real-Time Passenger Information (RTI) - the supply, installation, and maintenance of reliable systems that provide accurate, timely, and accessible service information to passengers across multiple channels (Lots 2 and 7).
The objective of this procurement exercise is to appoint suppliers who can deliver high-quality, value-for-money services while ensuring long-term sustainability, safety, and reliability. The Council is particularly interested in solutions that:
• Improve accessibility and inclusivity for all passengers.
• Demonstrate innovation, efficiency, and resilience.
• Deliver measurable social and environmental value to the community.
Commercial tool
Establishes a framework
Total value (estimated)
- £75,000,000 excluding VAT
- £90,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 3 February 2026 to 2 February 2030
- 4 years
Main procurement category
Services
CPV classifications
- 30231300 - Display screens
- 44212321 - Bus shelters
- 45213315 - Bus-stop shelter construction work
- 60100000 - Road transport services
Contract locations
- UKG12 - Worcestershire
Lot 1. Bus Shelters
Description
The core requirement to be provided under this lot is the management of projects to design, supply, and install New Bus Shelters. In addition to the core requirement to be provided under this contract, the supplier may supply additional elements including the management of supply, installation and maintenance requirements of associated products and services to be attached to the Bus Shelters. These may include air filtration systems, air pollution monitors and traffic monitors.
Lot value (estimated)
- £75,000,000 excluding VAT
- £90,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Real-Time Information (RTI) Displays
Description
The core requirements to be provided under this lot are the management of projects to design, supply, install and maintain New Real Time Information Display infrastructure ('New RTI Displays'). The RTI Displays shall be connected to a RTI System, which is outside the scope of this Specification and shall be provided by others under a separate contract.
In addition to the weighted award criteria detailed in this notice, if they apply to this particular lot, suppliers also have to respond to an additional question focused only on RTI Systems and Data (not weighted or part of the overall framework award criteria), on which they must obtain at least a score of 3 out of 5 to pass and be accepted for this particular lot.
Lot value (estimated)
- £75,000,000 excluding VAT
- £90,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Maintenance
Description
The core requirement to be provided under this lot is the management of regular maintenance and repair of new and existing bus shelters, Living Roofs, timetable cases and bus stop poles and flags. A record of all existing infrastructure to be incorporated within the initial phase of the framework can be found in the tender guidance document for each Worcestershire district. As the framework evolves, the list of infrastructure requiring maintenance is expected to increase, which will be managed via the framework call-off mechanism.
Lot value (estimated)
- £75,000,000 excluding VAT
- £90,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Cleaning
Description
The core requirement to be provided under this lot is the management of regular cleaning of new and existing bus shelters, timetable cases and bus stop flags. A record of all existing infrastructure to be incorporated within this contract can be found in the tender guidance document for each Worcestershire district.
Lot value (estimated)
- £75,000,000 excluding VAT
- £90,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. Mobility and Interchange Hubs
Description
The core requirement to be provided under this lot is the management of projects to design, supply, and install New Mobility and Interchange Hubs.
Lot value (estimated)
- £75,000,000 excluding VAT
- £90,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 6. Bus Stop Poles, Flags and Timetable Cases
Description
The core requirement to be provided under this lot is the management of projects to design, supply, and install New Bus Stop Poles, New Timetable Cases and New Bus Stop Flags (collectively 'New Infrastructure').
Lot value (estimated)
- £75,000,000 excluding VAT
- £90,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 7. Information Points
Description
The core requirements to be provided under this lot are the management of projects to design, supply, install and maintain New Information Point infrastructure ('New Information Points').
The Information Points shall be connected to a RTI System, which is outside the scope of this Specification and shall be provided by others under a separate contract.
In addition to the weighted award criteria detailed in this notice, if they apply to this particular lot, suppliers also have to respond to an additional question focused only on RTI Systems and Data (not weighted or part of the overall framework award criteria), on which they must obtain at least a score of 3 out of 5 to pass and be accepted for this particular lot.
Lot value (estimated)
- £75,000,000 excluding VAT
- £90,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
Call-offs will either be awarded through direct award or through a mini-competition process. Both processes are detailed within the framework agreement (part of the tender pack).
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
This framework may be accessed by local authorities in England and Wales, including county councils, district councils, unitary authorities, metropolitan boroughs, London boroughs, and combined authorities.
Participation
Particular suitability
Lot 1. Bus Shelters
Lot 2. Real-Time Information (RTI) Displays
Lot 3. Maintenance
Lot 4. Cleaning
Lot 5. Mobility and Interchange Hubs
Lot 6. Bus Stop Poles, Flags and Timetable Cases
Lot 7. Information Points
Small and medium-sized enterprises (SME)
Submission
Tender submission deadline
1 December 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
22 January 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Q1, Technical Solutions & Design | Quality | 30% |
| Q2. Service Delivery & Methodology | Quality | 25% |
| Q3. Quality, Safety & Compliance | Quality | 15% |
| Q4. Experience & Capability | Quality | 15% |
| Q5. Sustainability & Social Value | Quality | 15% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Worcestershire County Council
- Public Procurement Organisation Number: PRPQ-4584-WLPQ
County Hall, Spetchley Road
Worcester
WR5 2NP
United Kingdom
Contact name: Andreea Miron
Email: procurement@worcestershire.gov.uk
Website: https://www.worcestershire.gov.uk
Region: UKG12 - Worcestershire
Organisation type: Public authority - sub-central government