Tender

Water Mist Suppression System Replacement

TRANSPORT FOR LONDON

This public procurement record has 5 releases in its history.

TenderUpdate

02 Oct 2025 at 08:37

TenderUpdate

30 Sep 2025 at 09:29

Tender

26 Sep 2025 at 15:59

Planning

02 Jun 2025 at 15:36

Planning

21 May 2025 at 19:23

Summary of the contracting process

Transport for London (TfL) is currently in the tender stage for a project titled "Water Mist Suppression System Replacement". This procurement involves the removal, replacement, and commissioning of water mist suppression and sprinkler systems across 34 locations in 22 London Underground stations. The systems are outdated, not compliant with the Fire Precautions Sub-surface Railway Regulations 2009, and fail to meet current standards such as BS EN14279 and BS8489. The open competition procurement method is valued at approximately £2.96 million, with submissions required through TfL’s online e-Tendering Platform by 24 November 2025. The project is scheduled to start in April 2026 and is expected to conclude by October 2028, with a potential extension of up to 12 months. The procurement category is ‘works’ within the utilities regime, within the region UKI, London.

This tender presents a significant opportunity for businesses in the construction and fire safety equipment sectors, especially those specialising in firefighting equipment installation and sprinkler systems. Companies with expertise in designing and installing modern, compliant water mist systems would be well-suited to compete. The contract's emphasis on technical capabilities, combined with a substantial project value, offers potential business growth opportunities. As TfL is a central government public authority, partnering with them can enhance a company's portfolio and increase its credibility in the public sector market.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Water Mist Suppression System Replacement

Notice Description

The Water Mist Suppression and Sprinkler Systems requirement is for the procurement of a principal contractor to remove, replace and commission the Water Mist Suppression and Sprinkler Systems currently installed in 34 locations situated within 22 different London Underground stations. TfL's has identified that the fire suppression and sprinkler systems currently installed in the sites (Cleaner's Stores, Bin Stores, Stores and Retail Tenancies) are either life-expired, non-compliant or not fit for purpose under Article 5 of the Fire Precautions Sub-surface Railway Regulations 2009. It has also been identified that these systems do not have / meet the current applicable standards such as BS EN14279 and BS8489. The water mist systems have been installed on the TfL infrastructure in the early 1990's following the publication of the Fire Precautions Sub-surface Railway Regulations 1989 (updated 2009). The systems were installed where conventional sprinkler systems were not considered viable due to practical or logistical constraints and designed, installed and maintained in compliance with the American Standard NFPA750. Due to the increasing number, sizes, type of storage and trading activities within the network, further review of risks and tests for these suppression protection systems were undertaken and evaluated. This confirmed a requirement to replace these systems and design modern, compliant equivalent water mist system to replace the ageing noncompliant systems currently installed in the TfL LU estate. The modern systems will be tested by TfL to BS EN 14972-1 Annex A with a deluge time of not less than 60 minutes from the appropriate number of cylinders located locally, to provide reliable fire suppression to specific rooms identified. These new installations will be designed for but not limited to Cleaner's Stores, Bin Stores, Stores and Tenancies. In some cases, wet sprinklers systems extensions will replace the ageing Water Mist systems where they are available and economically viable.

Lot Information

Lot 1

Renewal: The term of the draft contract is for an initial two (2) years six (6) with the option to extend by a further period of up to twelve 12 months at TfL's sole discretion.

Planning Information

TfL invites suppliers to participate in this Preliminary Market Engagement exercise by expressing their interest in this procurement and completing a Market Survey Questionnaire (MSQ). All feedback received will be treated confidentially and will help to shape the upcoming procurement opportunity (subject to the Freedom of Information Act) Information on the engagement process and the procurement can be found in MSQ documents which will be forwarded to interested suppliers. via SAP Ariba. TfL's e-sourcing platform. TfL reserve the right to change our procurement approach. The engagement process consists of the following key steps: registering Interest - 1. Suppliers who wish to participate should express their interest by emailing trudietackie@tfl.gov.uk and quoting WS1971590589 Design and Installation of Non-compliant Water Mist Systems and Existing Sprinkler Systems OR 2. Register under RISQS RICCL codes C.D.3.7: Protective Installations (Including fire protective systems) / Supply. on/before Friday 06 June 2025. This activity is focusing on the market, rather than the merits of individual suppliers. It includes no element of supplier selection or bid evaluation. There is no commitment of any kind inferred by either party. The MSQ will remain open until 17.00hrs on Monday 16 June 2025 on TfL's SAP Ariba e-tendering portal. Once TfL receives confirmation of interest from prospective participants the MSQ documents will be available to them on TfL's SAP Ariba e-tendering system. Suppliers not registered on TfL's SAP Ariba system and are interested in participating can use the link below to register. https://tfl.gov.uk/info-for/suppliers-and-contractors/become-a-tfl-supplier Review and complete the MSQ response by return date stated in the MSQ document. TfL encourages all interested suppliers to take part in this process. Your insights and expertise will be invaluable in shaping our approach. If you have any questions about the process, please do not hesitate to get in touch with Trudie Tackie via trudietackie@tfl.gov.uk. We look forward to hearing from you.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051c5a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/061543-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45343200 - Firefighting equipment installation work

45343230 - Sprinkler systems installation work

Notice Value(s)

Tender Value
£2,962,195 £1M-£10M
Lots Value
£2,962,195 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Oct 20254 months ago
Submission Deadline
24 Nov 2025Expired
Future Notice Date
31 Jul 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Oct 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
Contact Name
Trudie Tackie
Contact Email
trudietackie@tfl.gov.uk
Contact Phone
Not specified

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
TLI London

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-051c5a-2025-10-02T09:37:17+01:00",
    "date": "2025-10-02T09:37:17+01:00",
    "ocid": "ocds-h6vhtk-051c5a",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "024395-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024395-2025",
                "datePublished": "2025-05-21T20:23:37+01:00",
                "format": "text/html"
            },
            {
                "id": "029295-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029295-2025",
                "datePublished": "2025-06-02T16:36:24+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "TfL invites suppliers to participate in this Preliminary Market Engagement exercise by expressing their interest in this procurement and completing a Market Survey Questionnaire (MSQ). All feedback received will be treated confidentially and will help to shape the upcoming procurement opportunity (subject to the Freedom of Information Act) Information on the engagement process and the procurement can be found in MSQ documents which will be forwarded to interested suppliers. via SAP Ariba. TfL's e-sourcing platform. TfL reserve the right to change our procurement approach. The engagement process consists of the following key steps: registering Interest - 1. Suppliers who wish to participate should express their interest by emailing trudietackie@tfl.gov.uk and quoting WS1971590589 Design and Installation of Non-compliant Water Mist Systems and Existing Sprinkler Systems OR 2. Register under RISQS RICCL codes C.D.3.7: Protective Installations (Including fire protective systems) / Supply. on/before Friday 06 June 2025. This activity is focusing on the market, rather than the merits of individual suppliers. It includes no element of supplier selection or bid evaluation. There is no commitment of any kind inferred by either party. The MSQ will remain open until 17.00hrs on Monday 16 June 2025 on TfL's SAP Ariba e-tendering portal. Once TfL receives confirmation of interest from prospective participants the MSQ documents will be available to them on TfL's SAP Ariba e-tendering system. Suppliers not registered on TfL's SAP Ariba system and are interested in participating can use the link below to register. https://tfl.gov.uk/info-for/suppliers-and-contractors/become-a-tfl-supplier Review and complete the MSQ response by return date stated in the MSQ document. TfL encourages all interested suppliers to take part in this process. Your insights and expertise will be invaluable in shaping our approach. If you have any questions about the process, please do not hesitate to get in touch with Trudie Tackie via trudietackie@tfl.gov.uk. We look forward to hearing from you.",
                "dueDate": "2025-06-16T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "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": {
                "name": "Trudie Tackie",
                "email": "trudietackie@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ],
                "url": "https://www.tfl.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHMT-6197-NWNZ",
        "name": "Transport for London"
    },
    "tender": {
        "id": "WS1971590589",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Water Mist Suppression System Replacement",
        "description": "The Water Mist Suppression and Sprinkler Systems requirement is for the procurement of a principal contractor to remove, replace and commission the Water Mist Suppression and Sprinkler Systems currently installed in 34 locations situated within 22 different London Underground stations. TfL's has identified that the fire suppression and sprinkler systems currently installed in the sites (Cleaner's Stores, Bin Stores, Stores and Retail Tenancies) are either life-expired, non-compliant or not fit for purpose under Article 5 of the Fire Precautions Sub-surface Railway Regulations 2009. It has also been identified that these systems do not have / meet the current applicable standards such as BS EN14279 and BS8489. The water mist systems have been installed on the TfL infrastructure in the early 1990's following the publication of the Fire Precautions Sub-surface Railway Regulations 1989 (updated 2009). The systems were installed where conventional sprinkler systems were not considered viable due to practical or logistical constraints and designed, installed and maintained in compliance with the American Standard NFPA750. Due to the increasing number, sizes, type of storage and trading activities within the network, further review of risks and tests for these suppression protection systems were undertaken and evaluated. This confirmed a requirement to replace these systems and design modern, compliant equivalent water mist system to replace the ageing noncompliant systems currently installed in the TfL LU estate. The modern systems will be tested by TfL to BS EN 14972-1 Annex A with a deluge time of not less than 60 minutes from the appropriate number of cylinders located locally, to provide reliable fire suppression to specific rooms identified. These new installations will be designed for but not limited to Cleaner's Stores, Bin Stores, Stores and Tenancies. In some cases, wet sprinklers systems extensions will replace the ageing Water Mist systems where they are available and economically viable.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45343200",
                        "description": "Firefighting equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343230",
                        "description": "Sprinkler systems installation work"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "mainProcurementCategory": "works",
        "specialRegime": [
            "utilities"
        ],
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2028-10-31T23:59:59Z",
                    "maxExtentDate": "2029-10-31T23:59:59Z"
                },
                "status": "active",
                "value": {
                    "amountGross": 3554634,
                    "amount": 2962195,
                    "currency": "GBP"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The term of the draft contract is for an initial two (2) years six (6) with the option to extend by a further period of up to twelve 12 months at TfL's sole discretion."
                },
                "awardCriteria": {
                    "description": "TECHNICAL Submission has a category weighting of 60% with the following modules/subcategories: i ) Technical: weighting within category 70% Overall ITT weighting 42% ii) Delivery proposal & programme: weighting within category 30% Overall ITT weighting 18% iii) Safety, health & environmental: Pass/Fail (Discretionary) COMMERCIAL Submission has a category weighting of 40% with the following modules/subcategories: i) Insurances: Pass/Fail (Discretionary) ii) Terms & conditions: Pass/Fail (Discretionary) iii) Commercial risks & assumptions: Pass/Fail (Discretionary) iv) Conflicts of Interest Pass/Fail (Discretionary) v) Financial : weighting within category 100% Overall ITT weighting 40%"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Bidders who wish to participate in this procurement are required to express their interest by sending an email to trudietackie@tfl.gov.uk and jonahjoannou@tfl.gov.uk on or/before Friday 10 October 2025 at 17:00 GMT (Participation Deadline Date), Bidders not registered on SAP Ariba are required to self-register using the following link https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL"
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-31T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 3554634,
            "amount": 2962195,
            "currency": "GBP"
        },
        "aboveThreshold": false,
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "submissionMethodDetails": "Only Tender Responses submitted via TfL's online e-Tendering Platform will be evaluated. https://www.sap.com/products/spend-management/ariba-login.html",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2025-11-24T17:00:00Z"
        },
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://service.ariba.com/Supplier.aw"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "url": "https://service.ariba.com/Supplier.aw"
            },
            {
                "id": "060304-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060304-2025",
                "datePublished": "2025-09-26T16:59:01+01:00",
                "format": "text/html"
            },
            {
                "id": "060765-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060765-2025",
                "datePublished": "2025-09-30T10:29:36+01:00",
                "format": "text/html"
            },
            {
                "id": "061543-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061543-2025",
                "datePublished": "2025-10-02T09:37:17+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "060765-2025",
                "description": "Under contracting authority a specific contact name has been provided. Further information provided regarding tender participation and how to express an interest if a supplier wishes to participate in this procurement. Submission link updated."
            },
            {
                "id": "061543-2025",
                "description": "Expression of Interest deadline date extended to Friday 10 October 2025 Tender submission deadline extended to 24 November 2025."
            }
        ]
    },
    "language": "en"
}