Tender

Fire Pressure Regulated Valves Maintenance Eliz Line

  • Transport for London

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-068794

Procurement identifier (OCID): ocds-h6vhtk-050d67 (view related notices)

Published 28 October 2025, 9:41am



Scope

Reference

WS2520389605

Description

Rail for London Infrastructure (RFLI), a TfL subsidiary, relies on Walter Frank, the OEM, for off-site servicing and calibration of life safety-critical PRVs used in the Elizabeth Line's fire hydrant system. Due to the specialist nature of the task and OEM-held intellectual property, RFLI cannot perform this work in-house. Serviced PRVs must be returned with a certificate of conformity and are warrantied until the next scheduled service.

RFLI manages 1,438 PRVs across the Elizabeth Line, requiring off-site servicing every 36 months to maintain fire safety performance. Walter Frank, the OEM, handles inspection, calibration, and certification. The scope excludes on-site work and routine visits, focusing solely on off-site servicing of 40 units weekly, with collection and return included.

RFLI is initiating a competitive procurement process for the off-site servicing and calibration of Pressure Regulating Valves (PRVs) across the Elizabeth Line. This contract will be awarded based on the Most Advantageous Tender (MAT), ensuring the selection of a provider that offers the best value in terms of quality, capability, and cost-efficiency. The process is designed to promote fair competition and remove any exclusivity, while maintaining compliance with OEM standards and safeguarding the operational integrity of the fire hydrant system.

Total value (estimated)

  • £1,800,000 excluding VAT
  • £2,160,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 27 February 2026 to 26 February 2029
  • Possible extension to 26 February 2031
  • 5 years

Description of possible extension:

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.

Main procurement category

Services

CPV classifications

  • 44482000 - Fire-protection devices
  • 45343000 - Fire-prevention installation works
  • 50000000 - Repair and maintenance services

Contract locations

  • UKI - London

Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

14 November 2025, 5:00pm

Submission type

Requests to participate

Deadline for requests to participate

25 November 2025, 5:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

2 February 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical

Technical submissions would be evaluated as per the information in the tender documents.

Quality 60%
Commercial Submission

Commercial submissions would be evaluated as per the information in the tender documents.

Price 30%
Social Value

Social value would be evaluated as per the information in the tender documents.

Quality 10%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

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.


Contracting authority

Transport for London

  • Public Procurement Organisation Number: PHMT-6197-NWNZ

5 Endeavour Square

London

E20 1JN

United Kingdom

Region: UKI41 - Hackney and Newham

Organisation type: Public authority - central government