Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

P1228 - Highways and Infrastructure Works Framework Agreement

  • First published: 19 November 2025
  • Last modified: 19 November 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-051149
Published by:
Birmingham City Council
Authority ID:
AA22066
Publication date:
19 November 2025
Deadline date:
09 January 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Birmingham City Council is seeking to appoint organisations for the provision of Highways and Infrastructure Works via the Highways and Infrastructure Works Framework Agreement. These works will range from minor highway improvements, for examples new white lining, through various pedestrian and cycling improvements, to large scale infrastructure projects.The framework agreement will cover all works required to deliver highway and infrastructure projects for the Council. • Lot 1: works with an estimated value of up to £200,000.• Lot 2: works with an estimated value of between £200,001 and £1,000,000.• Lot 3: works with an estimated value of between £1,000,001 and £10,000,000.• Lot 4: works with an estimated value greater than £10,000,000.• Lot 5: contestable and non-contestable utility work related to capital infrastructure projects with no upper limit.The maximum number of tenderers awarded to each lot is as follows:• Lot 1: up to 10• Lot 2: up to 6• Lot 3: up to 3• Lot 4: up to 2• Lot 5: up to 3Other 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.NEC4 terms and conditions will be used for this framework.Suppliers will need to ensure they are on the Central Digital Platform.Of the £980m framework spend (excl VAT), £640m of this is for Birmingham City Council

Full notice text

Scope

Procurement reference

P1228

Procurement description

Birmingham City Council is seeking to appoint organisations for the provision of Highways and Infrastructure Works via the Highways and Infrastructure Works Framework Agreement. These works will range from minor highway improvements, for examples new white lining, through various pedestrian and cycling improvements, to large scale infrastructure projects.

The framework agreement will cover all works required to deliver highway and infrastructure projects for the Council.

• Lot 1: works with an estimated value of up to £200,000.

• Lot 2: works with an estimated value of between £200,001 and £1,000,000.

• Lot 3: works with an estimated value of between £1,000,001 and £10,000,000.

• Lot 4: works with an estimated value greater than £10,000,000.

• Lot 5: contestable and non-contestable utility work related to capital infrastructure projects with no upper limit.

The maximum number of tenderers awarded to each lot is as follows:

• Lot 1: up to 10

• Lot 2: up to 6

• Lot 3: up to 3

• Lot 4: up to 2

• Lot 5: up to 3

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.

NEC4 terms and conditions will be used for this framework.

Suppliers will need to ensure they are on the Central Digital Platform.

Of the £980m framework spend (excl VAT), £640m of this is for Birmingham City Council

Main category

Works

Delivery regions

  • UKG31 - Birmingham

Total value (estimated, excluding VAT)

980000000 GBP to 0GBP

Contract dates (estimated)

01 April 2026, 00:00AM to 31 March 2034, 23:59PM

Is a framework being established?

Yes

Is this an open framework scheme?

Yes

Contracting authority

Birmingham City Council

Identification register:

  • GB-PPON

Address 1: Council House, 1 Victoria Square

Town/City: Birmingham

Postcode: B1 1BB

Country: United Kingdom

Website: http://www.in-tendhost.co.uk/birminghamcc

Public Procurement Organisation Number: PCJJ-4826-QMLZ

NUTS code: UKG31

Contact name: Commercial and Procurement Services

Email: etendering@birmingham.gov.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Framework

Percentage fee charged to suppliers

0%

Open framework scheme end date (estimated)

01 April 2034, 00:59AM

Award method when using the framework

With and without reopening competition

Contracting authority locations

  • UKG32
  • UKG33
  • UKG36
  • UKG38
  • UKG39
  • UKF1
  • UKF22
  • UKF3
  • UKF30
  • UKF25
  • UKF14
  • UKF11
  • UKG13

Contracting authorities that may use the framework

The framework is open to local public sector bodies based in the East and West Midlands (but not 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

Framework operation description

1. This Open Framework Invitation to tender is for Highways and Infrastructure Works Framework Agreement.

2. The framework agreement will cover all works required to deliver highway and infrastructure projects for the Council including (but not limited to) the following:

: Buildability Advice – provision of construction advice during the development of the project for a supplier to act as a critical friend to the Council to challenge the feasibility and practicality of the proposals. The objective is to improve the quality of the tender specifications that are issued. To ensure there is no conflict of interest, the buildability advisor will not have expressed an interest in the construction of the project.

: Construct Only – delivery of works which have been designed by others.

: Design and Construct – where the contractor has responsibility for the design of some or all of a project as well as delivery of the works.

: Early Contractor Involvement – jointly, with the Council, designing and planning infrastructure projects in a cost effective and less adversarial structure.

: Utility Diversion and Protection Works – delivery of contestable and non-contestable works in connection with capital improvements.

3. The Framework period is anticipated shall be 1st April 2026 to 31st March 2034.

4. NEC4 Contract terms and conditions will be used.

5. 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 £980,000,000 excluding VAT. (Note: £640,000,000 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.

9.1 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.

9.2 The final Framework will expire at the end of the period of 8 years beginning with the Framework Commencement Date.

9.3 There will be a limit to the number of Suppliers on each lot that can be party to each of the Frameworks in the scheme.

9.4 There are 5 Lots on this framework.

9.5 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.

9.6 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.

9.7 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:

9.7.1 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

9.7.2 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.

9.8 Existing Suppliers can choose not to join the new Framework.

9.9 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.

9.10 Full instructions will be provided at the point of re-opening the Framework.

10. Selection process for award of contracts:

The 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%

11. 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. This differs based on the lot and call-off contract value.

Award method when using the framework (call-offs)

Under the framework, the Client can choose whether to use the Direct Award rather than Further Competition is so desired on lot 1 only where:

Projects with a value of less than £50,000

Direct Award - the work will be offered to the first ranked company in terms of price. If this company does not have capacity or declines the opportunity, the work will be passed to the second highest ranked company and so forth.

Projects with a value of £50,000 - £200,000

Projects with more than 60% of standard items against works value

Direct Award - the work will be offered to the first ranked company in terms of price. If this company does not have capacity or declines the opportunity, the work will be passed to the second highest ranked company and so forth

Lots

Divided into 5 lots

Works with an estimated value of up to £200,000.

Lot number: LOT-0001

Description

Lot 1 covers the below will be awarded up a maximum of 10 suppliers.

Buildability Advice – provision of construction advice during the development of the project for a supplier to act as a critical friend to the Council to challenge the feasibility and practicality of the proposals. The objective is to improve the quality of the tender specifications that are issued. To ensure there is no conflict of interest, the buildability advisor will not have expressed an interest in the construction of the project.

Construct Only – delivery of works which have been designed by others.

Design and Construct – where the contractor has responsibility for the design of some or all of a project as well as delivery of the works.

Early Contractor Involvement – jointly, with the Council, designing and planning infrastructure projects in a cost effective and less adversarial structure.

Utility Diversion and Protection Works – delivery of contestable and non-contestable works in connection with capital improvements.

CPV classifications

  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233100 - Construction work for highways, roads
  • 45233120 - Road construction works
  • 45233121 - Main road construction works
  • 45233122 - Ring road construction work
  • 45233128 - Roundabout construction work
  • 45233129 - Crossroad construction work
  • 45233130 - Construction work for highways
  • 45233139 - Highway maintenance work
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233222 - Paving and asphalting works
  • 45233253 - Surface work for footpaths
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45233310 - Foundation work for highways
  • 45316110 - Installation of road lighting equipment
  • 45316211 - Installation of illuminated road signs
  • 65000000 - Public utilities

Delivery regions

  • UKG31 - Birmingham

Lot value (estimated)

0 GBP Excluding VAT

0 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2034, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Award criteria

Weighting description

The 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%

Type: price

Name

Simple description

Description

The 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%

Works with an estimated value of between £200,001 and £1,000,000

Lot number: LOT-0002

Description

Lot 2 covers the below will be awarded up a maximum of 6 suppliers.

Buildability Advice – provision of construction advice during the development of the project for a supplier to act as a critical friend to the Council to challenge the feasibility and practicality of the proposals. The objective is to improve the quality of the tender specifications that are issued. To ensure there is no conflict of interest, the buildability advisor will not have expressed an interest in the construction of the project.

Construct Only – delivery of works which have been designed by others.

Design and Construct – where the contractor has responsibility for the design of some or all of a project as well as delivery of the works.

Early Contractor Involvement – jointly, with the Council, designing and planning infrastructure projects in a cost effective and less adversarial structure.

Utility Diversion and Protection Works – delivery of contestable and non-contestable works in connection with capital improvements.

CPV classifications

  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233100 - Construction work for highways, roads
  • 45233120 - Road construction works
  • 45233121 - Main road construction works
  • 45233122 - Ring road construction work
  • 45233128 - Roundabout construction work
  • 45233129 - Crossroad construction work
  • 45233130 - Construction work for highways
  • 45233139 - Highway maintenance work
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233222 - Paving and asphalting works
  • 45233253 - Surface work for footpaths
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45233310 - Foundation work for highways
  • 45316110 - Installation of road lighting equipment
  • 45316211 - Installation of illuminated road signs
  • 65000000 - Public utilities

Delivery regions

  • UKG31 - Birmingham

Lot value (estimated)

0 GBP Excluding VAT

0 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2034, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Award criteria

Weighting description

The 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%

Type: price

Name

Simple description

Description

The 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%

Works with an estimated value of between £1,000,001 and £10,000,000

Lot number: LOT-0003

Description

Lot 3 covers the below will be awarded up a maximum of 3 suppliers.

Buildability Advice – provision of construction advice during the development of the project for a supplier to act as a critical friend to the Council to challenge the feasibility and practicality of the proposals. The objective is to improve the quality of the tender specifications that are issued. To ensure there is no conflict of interest, the buildability advisor will not have expressed an interest in the construction of the project.

Construct Only – delivery of works which have been designed by others.

Design and Construct – where the contractor has responsibility for the design of some or all of a project as well as delivery of the works.

Early Contractor Involvement – jointly, with the Council, designing and planning infrastructure projects in a cost effective and less adversarial structure.

Utility Diversion and Protection Works – delivery of contestable and non-contestable works in connection with capital improvements.

CPV classifications

  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233100 - Construction work for highways, roads
  • 45233120 - Road construction works
  • 45233121 - Main road construction works
  • 45233122 - Ring road construction work
  • 45233128 - Roundabout construction work
  • 45233129 - Crossroad construction work
  • 45233130 - Construction work for highways
  • 45233139 - Highway maintenance work
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233222 - Paving and asphalting works
  • 45233253 - Surface work for footpaths
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45233310 - Foundation work for highways
  • 45316110 - Installation of road lighting equipment
  • 45316211 - Installation of illuminated road signs
  • 65000000 - Public utilities

Delivery regions

  • UKG31 - Birmingham

Lot value (estimated)

0 GBP Excluding VAT

0 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2034, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Award criteria

Weighting description

The 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%

Type: price

Name

Simple description

Description

The 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%

Works with an estimated value greater than £10,000,000

Lot number: LOT-0004

Description

Lot 4 covers the below will be awarded up a maximum of 2 suppliers.

Buildability Advice – provision of construction advice during the development of the project for a supplier to act as a critical friend to the Council to challenge the feasibility and practicality of the proposals. The objective is to improve the quality of the tender specifications that are issued. To ensure there is no conflict of interest, the buildability advisor will not have expressed an interest in the construction of the project.

Construct Only – delivery of works which have been designed by others.

Design and Construct – where the contractor has responsibility for the design of some or all of a project as well as delivery of the works.

Early Contractor Involvement – jointly, with the Council, designing and planning infrastructure projects in a cost effective and less adversarial structure.

Utility Diversion and Protection Works – delivery of contestable and non-contestable works in connection with capital improvements.

CPV classifications

  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233100 - Construction work for highways, roads
  • 45233120 - Road construction works
  • 45233121 - Main road construction works
  • 45233122 - Ring road construction work
  • 45233128 - Roundabout construction work
  • 45233129 - Crossroad construction work
  • 45233130 - Construction work for highways
  • 45233139 - Highway maintenance work
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233222 - Paving and asphalting works
  • 45233253 - Surface work for footpaths
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45233310 - Foundation work for highways
  • 45316110 - Installation of road lighting equipment
  • 45316211 - Installation of illuminated road signs
  • 65000000 - Public utilities

Delivery regions

  • UKG31 - Birmingham

Lot value (estimated)

0 GBP Excluding VAT

0 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2034, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Award criteria

Weighting description

The 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%

Type: price

Name

Simple description

Description

The 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%

Contestable and non-contestable utility work related to capital infrastructure projects with no upper limit

Lot number: LOT-0005

Description

Lot 5 is solely for contestable and non-contestable utility work related to capital infrastructure projects with no upper limit. With a maximum of up to 3 suppliers awarded to this lot.

CPV classifications

  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233100 - Construction work for highways, roads
  • 45233120 - Road construction works
  • 45233121 - Main road construction works
  • 45233122 - Ring road construction work
  • 45233128 - Roundabout construction work
  • 45233129 - Crossroad construction work
  • 45233130 - Construction work for highways
  • 45233139 - Highway maintenance work
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233222 - Paving and asphalting works
  • 45233253 - Surface work for footpaths
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45233310 - Foundation work for highways
  • 45316110 - Installation of road lighting equipment
  • 45316211 - Installation of illuminated road signs
  • 65000000 - Public utilities

Delivery regions

  • UKG31 - Birmingham

Lot value (estimated)

0 GBP Excluding VAT

0 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2034, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Participation

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Conditions

Economic

Conditions of participation

Further details will be in the tender documentation.

Award criteria

Weighting description

The 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%

Type: price

Name

Simple description

Description

The 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%

Submission

Documents

Tender submission deadline

09 January 2026, 12:00PM

Enquiry deadline

12 December 2025, 12:00PM

Date of award of contract

27 February 2026, 23:59PM

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 9th January 2026.

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

15 November 2028, 23:59PM

Languages that may be used for submission

  • English

Tender submission deadline

09 January 2026, 12:00PM

Enquiry deadline

12 December 2025, 12:00PM

Date of award of contract

27 February 2026, 23:59PM

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 9th January 2026.

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

15 November 2028, 23:59PM

Languages that may be used for submission

  • English

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45233129 Crossroad construction work Construction, foundation and surface works for highways, roads
45233162 Cycle path construction work Construction, foundation and surface works for highways, roads
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
45233310 Foundation work for highways Construction, foundation and surface works for highways, roads
45233300 Foundation work for highways, roads, streets and footpaths Construction, foundation and surface works for highways, roads
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
45316211 Installation of illuminated road signs Installation work of illumination and signalling systems
45316110 Installation of road lighting equipment Installation work of illumination and signalling systems
45233121 Main road construction works Construction, foundation and surface works for highways, roads
45233222 Paving and asphalting works Construction, foundation and surface works for highways, roads
65000000 Public utilities Other Services
45233122 Ring road construction work Construction, foundation and surface works for highways, roads
45233120 Road construction works Construction, foundation and surface works for highways, roads
45233128 Roundabout construction work Construction, foundation and surface works for highways, roads
45233253 Surface work for footpaths Construction, foundation and surface works for highways, roads

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.