Notice Information
Notice Title
Fire Pressure Regulated Valves Maintenance Elizabeth Line
Notice Description
There is a requirement to establish a new contract for the maintenance of the Pressure Regulating Valves (PRVs) that form part of the Elizabeth line fire suppression system. The current contract, awarded via Single Source to the manufacturer, Walter Frank, is due for re procurement. Moving to a competitive process aligns with TfL's procurement strategy by opening the requirement to market competition, supporting value for money, improved commercial leverage, and compliance with PA23 regulations. Maintenance of the PRVs is a highly specialised activity involving off site servicing, testing and recalibration, and the issuance of Certificates of Conformity. There are 1,584 PRVs in service, and maintenance is required on a 36-month cycle, based on Elizabeth line Asset Engineering guidance. TfL will undertake all removal and reinstallation; the service provider will be responsible solely for offsite works. Up to 40 PRVs may be processed weekly. A competitive flexible procedure will be undertaken via Find a Tender (FTS) to ensure full market participation - including the incumbent, who is not registered on RISQS. A prior market engagement notice generated six expressions of interest. These suppliers will progress through to the next stage and would be invited to tender has it is anticipated that not all suppliers would submit one. This contract will ensure continued regulatory compliance, operational reliability of safety critical assets, and alignment with wider strategies including asset management principles, TfL's vision and values, and the commitments of the Mayor's Transport Strategy. Significant savings and commercial improvements were anticipated through the introduction of competition and achieved. A preliminary market engagement notice (UK2) was issued via the Find a Tender Service (FTS). This resulted in six expressions of interest being received via email, in addition to a submission from the incumbent supplier, bringing the total number of responses to seven. Following this engagement, only two suppliers proceeded to submit a formal bid.
Lot Information
Lot 1
Renewal: Should the supplier satisfactorily meet the maintenance requirements as outlined, and all relevant stakeholders are fully satisfied with the quality of service delivered, a contract extension of up to two years may be considered.
Planning Information
No process has been agreed at the time of publishing the UK2 notice, the engagement date shown on this notice is subject to change.. Once all interest has been received, site visit and other engagement process would be corresponded to all.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050d67
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034984-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
44482000 - Fire-protection devices
45343000 - Fire-prevention installation works
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £1,800,000 £1M-£10M
- Lots Value
- £1,800,000 £1M-£10M
- Awards Value
- £940,147 £500K-£1M
- Contracts Value
- £1,128,175 £1M-£10M
Notice Dates
- Publication Date
- 17 Apr 20261 weeks ago
- Submission Deadline
- 14 Nov 2025Expired
- Future Notice Date
- 23 Jun 2025Expired
- Award Date
- 16 Feb 20262 months ago
- Contract Period
- 13 Apr 2026 - 9 Apr 2029 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- E20 1JN
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI41 Hackney and Newham
- Delivery Location
- TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)
-
- Local Authority
- Newham
- Electoral Ward
- Stratford Olympic Park
- Westminster Constituency
- Stratford and Bow
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/034984-2026
17th April 2026 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/014665-2026
18th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/068794-2025
28th October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/038576-2025
9th July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029706-2025
4th June 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/019206-2025
6th May 2025 - Planned procurement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-050d67-2026-04-17T09:39:37+01:00",
"date": "2026-04-17T09:39:37+01:00",
"ocid": "ocds-h6vhtk-050d67",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "019206-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/019206-2025",
"datePublished": "2025-05-06T16:38:44+01:00",
"format": "text/html"
},
{
"id": "029706-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029706-2025",
"datePublished": "2025-06-04T09:23:29+01:00",
"format": "text/html"
},
{
"id": "038576-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/038576-2025",
"datePublished": "2025-07-09T12:59:32+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "No process has been agreed at the time of publishing the UK2 notice, the engagement date shown on this notice is subject to change.. Once all interest has been received, site visit and other engagement process would be corresponded to all.",
"dueDate": "2025-08-04T23:59:59+01:00",
"status": "met",
"dateMet": "2025-06-17T00:00:00+01:00"
}
]
},
"parties": [
{
"id": "GB-PPON-PHMT-6197-NWNZ",
"name": "Transport for London",
"identifier": {
"scheme": "GB-PPON",
"id": "PHMT-6197-NWNZ"
},
"address": {
"streetAddress": "5 Endeavour Square",
"locality": "London",
"postalCode": "E20 1JN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI41"
},
"contactPoint": {
"email": "rfliprocurement@tfl.gov.uk",
"name": "Isaac Akingba"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-00434787",
"name": "Walter Frank & Sons Limited",
"identifier": {
"scheme": "GB-COH",
"id": "00434787"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMXR-9297-MWLM"
}
],
"address": {
"streetAddress": "St Peg Lane",
"locality": "Cleckheaton",
"postalCode": "BD19 3SL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE44"
},
"contactPoint": {
"email": "salesorders@walterfrank.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.walterfrank.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PHMT-6197-NWNZ",
"name": "Transport for London"
},
"tender": {
"id": "WS2520389605",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Fire Pressure Regulated Valves Maintenance Elizabeth Line",
"description": "There is a requirement to establish a new contract for the maintenance of the Pressure Regulating Valves (PRVs) that form part of the Elizabeth line fire suppression system. The current contract, awarded via Single Source to the manufacturer, Walter Frank, is due for re procurement. Moving to a competitive process aligns with TfL's procurement strategy by opening the requirement to market competition, supporting value for money, improved commercial leverage, and compliance with PA23 regulations. Maintenance of the PRVs is a highly specialised activity involving off site servicing, testing and recalibration, and the issuance of Certificates of Conformity. There are 1,584 PRVs in service, and maintenance is required on a 36-month cycle, based on Elizabeth line Asset Engineering guidance. TfL will undertake all removal and reinstallation; the service provider will be responsible solely for offsite works. Up to 40 PRVs may be processed weekly. A competitive flexible procedure will be undertaken via Find a Tender (FTS) to ensure full market participation - including the incumbent, who is not registered on RISQS. A prior market engagement notice generated six expressions of interest. These suppliers will progress through to the next stage and would be invited to tender has it is anticipated that not all suppliers would submit one. This contract will ensure continued regulatory compliance, operational reliability of safety critical assets, and alignment with wider strategies including asset management principles, TfL's vision and values, and the commitments of the Mayor's Transport Strategy. Significant savings and commercial improvements were anticipated through the introduction of competition and achieved. A preliminary market engagement notice (UK2) was issued via the Find a Tender Service (FTS). This resulted in six expressions of interest being received via email, in addition to a submission from the incumbent supplier, bringing the total number of responses to seven. Following this engagement, only two suppliers proceeded to submit a formal bid.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44482000",
"description": "Fire-protection devices"
},
{
"scheme": "CPV",
"id": "45343000",
"description": "Fire-prevention installation works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This Procurement will be undertaken in two stages: Procurement Specific Questionnaire (PSQ) and Invitation to Tender (ITT), followed by the Best and Final Offer. On this occasion, the PSQ and ITT stages will be conducted concurrently, with the Best and Final Offer stage to follow thereafter. 1) Invitation To Tender (ITT) - The final tender documentation will be issued at this stage and the process shall be managed via the TfL e-Tendering Portal - Ariba. The Procurement Specific Questionnaire (PSQ) would be responded to along with the ITT in their entirety which will be scored as published in the ITT documentation. 2) Best and Final Offer (BAFO) - Bidders will be requested to submit their best and final offer prior to TfL closing tender evaluation."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-11-25T17:00:00Z",
"awardPeriod": {
"endDate": "2026-02-02T23:59:59Z"
},
"lots": [
{
"id": "1",
"status": "complete",
"contractPeriod": {
"startDate": "2026-02-27T00:00:00Z",
"endDate": "2029-02-26T23:59:59Z",
"maxExtentDate": "2031-02-26T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Should the supplier satisfactorily meet the maintenance requirements as outlined, and all relevant stakeholders are fully satisfied with the quality of service delivered, a contract extension of up to two years may be considered."
},
"value": {
"amountGross": 2160000,
"amount": 1800000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "Technical submissions would be evaluated as per the information in the tender documents.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Submission",
"description": "Commercial submissions would be evaluated as per the information in the tender documents.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"description": "Social value would be evaluated as per the information in the tender documents.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
}
}
],
"communication": {
"futureNoticeDate": "2025-06-23T23:59:59+01:00"
},
"amendments": [
{
"id": "038576-2025",
"description": "The notice ended on the June 17,2025."
}
],
"value": {
"amountGross": 2160000,
"amount": 1800000,
"currency": "GBP"
},
"specialRegime": [
"utilities"
],
"submissionMethodDetails": "https://www.sap.com/uk/products/business-network/suppliers/overview.html",
"enquiryPeriod": {
"endDate": "2025-11-14T17:00:00Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "068794-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/068794-2025",
"datePublished": "2025-10-28T09:41:54Z",
"format": "text/html"
}
]
},
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"status": "active",
"date": "2026-02-16T00:00:00Z",
"value": {
"amountGross": 1128176,
"amount": 940147,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-00434787",
"name": "Walter Frank & Sons Limited"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44482000",
"description": "Fire-protection devices"
},
{
"scheme": "CPV",
"id": "45343000",
"description": "Fire-prevention installation works"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-02-27T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00Z",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2031-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract term would be 3 years after which this contract has a 2-year extension option 1+1 (2 years) in total."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "014665-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/014665-2026",
"datePublished": "2026-02-18T11:21:21Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-02-18T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-28T23:59:59Z",
"status": "scheduled"
}
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"status": "active",
"period": {
"startDate": "2026-04-14T00:00:00+01:00",
"endDate": "2029-04-09T23:59:59+01:00",
"maxExtentDate": "2031-04-09T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Possible extension for 2 years (1+1)"
},
"value": {
"amountGross": 1353811.07,
"amount": 1128175.89,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2026-04-14T00:00:00+01:00",
"agreedMetrics": [
{
"id": "1",
"title": "Regulatory and Technical Compliance of PRV Maintenance"
},
{
"id": "2",
"title": "Turnaround Time and Throughput Efficiency"
},
{
"id": "3",
"title": "Commercial Value and Continuous Improvement"
}
],
"documents": [
{
"id": "034984-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/034984-2026",
"datePublished": "2026-04-17T09:39:37+01:00",
"format": "text/html"
}
]
}
],
"relatedProcesses": [
{
"id": "framework",
"relationship": [
"framework"
],
"scheme": "ocid",
"identifier": "ocds-h6vhtk-04e7db",
"uri": "https://www.find-tender.service.gov.uk/api/1.0/ocdsReleasePackages/ocds-h6vhtk-04e7db"
}
]
}