← Back to opportunities

Pan TfL Signage and Display Framework

Transport for London

Buyer Contact Info

Buyer Name: Transport for London

Buyer Address: 5 Endeavour Square, London, UKI41, E20 1JN, United Kingdom

Contact Email: BSFAribaAdministration@tfl.gov.uk

Status
active
Procedure
selective
Value
23200000.0 GBP
Gross: 27900000 GBP
Published
23 Feb 2026, 10:01
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
works
CPV
22314000 - Designs
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Transport for London (TfL) is conducting a Competitive Flexible Procedure which is aimed to establish a TfL Signage and Display Framework consisting of four (4) lots and multiple suppliers. The framework will cover the provision of signage and display products, works, and services. The purpose of the framework is to supply a full range of signage requirements through a multi‑lot multi supplier structure for TfL and its supply chain. This includes signage and wayfinding graphic standard designs and schemes, permanent signage using vitreous enamel ,permanent signage using non‑vitreous enamel materials ( aluminium composites, steel materials, fluted boards, etc.) and temporary and standard signage (including vinyl and acrylic signage). All lots provide end‑to‑end manufacture, installation, supply, and associated services (e.g., reactive maintenance) for signage and display products, except Lot 1, which is limited to signage and wayfinding graphic design and scheme development. Lot Structure Lot 1 - Signage and Wayfinding Graphic Standards & Scheme Design Lot 2A - Permanent Signage (Vitreous Enamel) eg. vitreous enamel or steel signs; permanent illuminated and non‑illuminated signs Lot 2B - Permanent Signage (Non‑Vitreous Enamel) eg. Aluminium composite signs, poster frames Lot 3 - Temporary Signage eg fluted boards, vinyl and acrylic signs, glass signs Supplier Registrations 1. TfL SAP Business Network It is the sole responsibility of suppliers to contact the TfL Supplier Enablement Team, to check that they are registered on the TfL SAP Supplier Business Network e-procurement system. If your organisation is not already registered in SAP Business Network, please ensure that you complete the TFL supplier set up process through the SAP Business Network link provided here: https://tfl.gov.uk/info-for/suppliers-and-contractors/become-a-tfl-supplier?intcmp=3390 If you have any problems or are unsure regarding your TFL Supplier account please arrange a call with the TFL buying support Team; BuyingSupport@tfl.gov.uk Following Bidders registration, email CharlesHayford@tfl.gov.uk and TyrekeBrooks@tfl.gov.uk for access to the tender in the portal. Registration is required to receive an invitation to the SAP Ariba procurement event and access to the first stage; Procurement Specific Questionnaire (PSQ) documentation. All tender documents would be provided as an attachment on TfL Ariba Sourcing event once a Bidder has been added to the event. 2. Find a Tender Service (FTS)/Central Digital Platform (CDP) Additionally, your organisation must have a Public Procurement Organisation Number (PPON). A PPON is a Unique Identifier (UI) assigned to organisations that participate in public procurement, generated when an organisation registers on the Find a Tender Service (FTS). It is used to manage and publish notices related to public procurement and connects information about the organisation digitally. Your PPON is a combination of 12 letters and numbers, separated by hyphens. For example, EFGH-1234-IJKL. Find a Tender is now the Central Digital Platform. Registration is mandatory to participate in public sector procurements under the Procurement Act 2023. If your organisation is not already registered in Find a Tender, please ensure that you register as soon as possible and obtain your organisation's Unique Identifier via: https://www.find-tender.service.gov.uk/Search

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/015921-2026

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Lot 1 Signage and wayfinding graphic standards and scheme design

Lot Description: TfL's objective is to maintain the established TfL branding and signage standards, increase service reliability with the reduction of unnecessary visual 'clutter', minimal duplication (where necessary) and improving safety by removing accident risk and improving overall legibility - benefitting passengers, staff and drivers by ensuring consistent quality information. Design requirements may range from technical design to graphic design. This would cover individual sign construction or fixing methods, sign layouts or full building sign schemes all in accordance with the relevant standards and regulations.

Lot 1 Status: active

Lot 1 Value: GBP 23,200,000

Lot 1 Value (Gross): GBP 27,900,000

Lot 1 Contract Start: 2026-10-12T00:00:00+01:00

Lot 1 Contract End: 2031-10-11T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Technical (60%)

Lot 1 Award Criterion (price): Financial (30%)

Lot 1 Award Criterion (quality): Social Value (10%)

Lot Title: Lot 2A Permanent signage - vitreous enamel

Lot Description: All Permanent Signage vitreous enamel under Lot 2A must be produced and manufactured using only vitreous enamel material steel. TfL is considering the use of anti‑theft fixings and other alternative fixing methods for surface‑mounted roundel signage specifically on heritage signages where such measures are deemed appropriate, beneficial, and cost‑effective. Suggestions will be welcomed from Bidders once awarded a place on a framework. One of the key Deliverables for successful Bidders under Lot 2A are required to fully reproduce all design intent drawings for the permanent vitreous enamel signage. All detailed technical drawings produced by the contractor must be submitted to the TfL Framework Manager within the initial six(6) months from Framework commencement. These drawings will be subject to TfL assurance process and approved to be used for call offs contracts. Bidders should also note that TfL intends to implement an asset registry process for all permanent signage under this lot. This will enable the identification of all installed signage through the use of unique identification markers.

Lot 2A Status: active

Lot 2A Value: GBP 23,200,000

Lot 2A Value (Gross): GBP 27,900,000

Lot 2A Contract Start: 2026-10-12T00:00:00+01:00

Lot 2A Contract End: 2031-10-11T23:59:59+01:00

Lot 2A SME Suitable: Yes

Lot 2A Award Criterion (quality): Technical (60%)

Lot 2A Award Criterion (price): Financial (30%)

Lot 2A Award Criterion (quality): Social Value (10%)

Lot Title: Lot 2B - Permanent Signage non vitreous enamel

Lot Description: All Permanent Signage non vitreous enamel under Lot 2B will be produced and manufactured with all other materials. All signage delivered will be subject to the TfL assurance process. Bidders should also note that TfL intends to implement an asset registry process for all permanent signage under this lot. This will enable the identification of all installed signage through the use of unique identification markers.

Lot 2B Status: active

Lot 2B Value: GBP 23,200,000

Lot 2B Value (Gross): GBP 27,900,000

Lot 2B Contract Start: 2026-10-12T00:00:00+01:00

Lot 2B Contract End: 2031-10-11T23:59:59+01:00

Lot 2B SME Suitable: Yes

Lot 2B Award Criterion (quality): Technical (60%)

Lot 2B Award Criterion (price): Financial (30%)

Lot 2B Award Criterion (quality): Social Value (10%)

Lot Title: Lot 3 Temporary Signage

Lot Description: Temporary bespoke signs may be made of but not restricted to the following: -Aluminium composites -SAV, expanded PVC or fluted PP board -Stretched barrier banners and hoarding and include: - Temporary Bus Stops and Taxi Ranks - Other operational equipment such as Hoods, Covers, labels and Hazard tapes. - Associated Fixings

Lot 3 Status: active

Lot 3 Value: GBP 23,200,000

Lot 3 Value (Gross): GBP 27,900,000

Lot 3 Contract Start: 2026-10-12T00:00:00+01:00

Lot 3 Contract End: 2031-10-11T23:59:59+01:00

Lot 3 SME Suitable: Yes

Lot 3 Award Criterion (quality): Technical (60%)

Lot 3 Award Criterion (price): Financial (30%)

Lot 3 Award Criterion (quality): Social Value (10%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PHMT-6197-NWNZ",
    "name": "Transport for London"
  },
  "date": "2026-02-23T10:01:18Z",
  "id": "015921-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-050108",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "E20 1JN",
        "region": "UKI41",
        "streetAddress": "5 Endeavour Square"
      },
      "contactPoint": {
        "email": "BSFAribaAdministration@tfl.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PHMT-6197-NWNZ",
      "identifier": {
        "id": "PHMT-6197-NWNZ",
        "scheme": "GB-PPON"
      },
      "name": "Transport for London",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-07-17T23:59:59+01:00"
    },
    "description": "Transport for London (TfL) is conducting a Competitive Flexible Procedure which is aimed to establish a TfL Signage and Display Framework consisting of four (4) lots and multiple suppliers. The framework will cover the provision of signage and display products, works, and services.\nThe purpose of the framework is to supply a full range of signage requirements through a multi\u2011lot multi supplier structure for TfL and its supply chain. This includes signage and wayfinding graphic standard designs and schemes, permanent signage using vitreous enamel ,permanent signage using non\u2011vitreous enamel materials ( aluminium composites, steel materials, fluted boards, etc.) and temporary and standard signage (including vinyl and acrylic signage).\nAll lots provide end\u2011to\u2011end manufacture, installation, supply, and associated services (e.g., reactive maintenance) for signage and display products, except Lot 1, which is limited to signage and wayfinding graphic design and scheme development.\nLot Structure\nLot 1 - Signage and Wayfinding Graphic Standards \u0026 Scheme Design\nLot 2A - Permanent Signage (Vitreous Enamel)\neg. vitreous enamel or steel signs; permanent illuminated and non\u2011illuminated signs\nLot 2B - Permanent Signage (Non\u2011Vitreous Enamel)\n eg. Aluminium composite signs, poster frames\nLot 3 - Temporary Signage\n eg fluted boards, vinyl and acrylic signs, glass signs\nSupplier Registrations\n1. TfL SAP Business Network\nIt is the sole responsibility of suppliers to contact the TfL Supplier Enablement Team, to check that they are registered on the TfL SAP Supplier Business Network e-procurement system. If your organisation is not\u202falready registered in SAP Business Network, please ensure that you complete the TFL supplier set up process through the SAP Business Network link provided here: https://tfl.gov.uk/info-for/suppliers-and-contractors/become-a-tfl-supplier?intcmp=3390 If you have any problems or are unsure regarding your TFL Supplier account please arrange a call with the TFL buying support Team; BuyingSupport@tfl.gov.uk\nFollowing  Bidders registration, email CharlesHayford@tfl.gov.uk and TyrekeBrooks@tfl.gov.uk for access to the tender in the portal. Registration is required to receive an invitation to the SAP Ariba procurement event and access to the first stage; Procurement Specific Questionnaire (PSQ) documentation. All tender documents would be  provided as an attachment on TfL Ariba Sourcing event once a Bidder has been added to the event.\n2. Find a Tender Service (FTS)/Central Digital Platform (CDP)\nAdditionally, your organisation must have a Public Procurement Organisation Number (PPON). A PPON is a Unique Identifier (UI) assigned to organisations that participate in public procurement, generated when an organisation registers on the Find a Tender Service (FTS). It is used to manage and publish notices related to public procurement and connects information about the organisation digitally. Your PPON is a combination of 12 letters and numbers, separated by hyphens. For example, EFGH-1234-IJKL.\nFind a Tender is now the Central Digital Platform. Registration is mandatory to participate in public sector procurements under the Procurement Act 2023. If your organisation is not\u202falready registered in Find a Tender, please ensure that you register as soon as possible and obtain your organisation\u0027s Unique Identifier via: https://www.find-tender.service.gov.uk/Search",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2026-02-23T10:01:18Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "015921-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/015921-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-03-06T13:00:00Z"
    },
    "expressionOfInterestDeadline": "2026-03-09T01:00:00Z",
    "hasRecurrence": true,
    "id": "TfL_scp_002532",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Designs",
            "id": "22314000",
            "scheme": "CPV"
          },
          {
            "description": "Accumulators, primary cells and primary batteries",
            "id": "31400000",
            "scheme": "CPV"
          },
          {
            "description": "Illuminated signs and nameplates",
            "id": "31523000",
            "scheme": "CPV"
          },
          {
            "description": "Parts of lamps and lighting equipment",
            "id": "31530000",
            "scheme": "CPV"
          },
          {
            "description": "Variable message signs",
            "id": "34924000",
            "scheme": "CPV"
          },
          {
            "description": "Signage",
            "id": "34928470",
            "scheme": "CPV"
          },
          {
            "description": "Sign materials",
            "id": "34928471",
            "scheme": "CPV"
          },
          {
            "description": "Sign posts",
            "id": "34928472",
            "scheme": "CPV"
          },
          {
            "description": "Signs and illuminated signs",
            "id": "34992000",
            "scheme": "CPV"
          },
          {
            "description": "Installation of outdoor illumination equipment",
            "id": "45316100",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services (except software)",
            "id": "51000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "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"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Designs",
            "id": "22314000",
            "scheme": "CPV"
          },
          {
            "description": "Accumulators, primary cells and primary batteries",
            "id": "31400000",
            "scheme": "CPV"
          },
          {
            "description": "Illuminated signs and nameplates",
            "id": "31523000",
            "scheme": "CPV"
          },
          {
            "description": "Parts of lamps and lighting equipment",
            "id": "31530000",
            "scheme": "CPV"
          },
          {
            "description": "Variable message signs",
            "id": "34924000",
            "scheme": "CPV"
          },
          {
            "description": "Signage",
            "id": "34928470",
            "scheme": "CPV"
          },
          {
            "description": "Sign materials",
            "id": "34928471",
            "scheme": "CPV"
          },
          {
            "description": "Sign posts",
            "id": "34928472",
            "scheme": "CPV"
          },
          {
            "description": "Signs and illuminated signs",
            "id": "34992000",
            "scheme": "CPV"
          },
          {
            "description": "Installation of outdoor illumination equipment",
            "id": "45316100",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services (except software)",
            "id": "51000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "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"
          }
        ],
        "id": "2A",
        "relatedLot": "2A"
      },
      {
        "additionalClassifications": [
          {
            "description": "Designs",
            "id": "22314000",
            "scheme": "CPV"
          },
          {
            "description": "Accumulators, primary cells and primary batteries",
            "id": "31400000",
            "scheme": "CPV"
          },
          {
            "description": "Illuminated signs and nameplates",
            "id": "31523000",
            "scheme": "CPV"
          },
          {
            "description": "Parts of lamps and lighting equipment",
            "id": "31530000",
            "scheme": "CPV"
          },
          {
            "description": "Variable message signs",
            "id": "34924000",
            "scheme": "CPV"
          },
          {
            "description": "Signage",
            "id": "34928470",
            "scheme": "CPV"
          },
          {
            "description": "Sign materials",
            "id": "34928471",
            "scheme": "CPV"
          },
          {
            "description": "Sign posts",
            "id": "34928472",
            "scheme": "CPV"
          },
          {
            "description": "Signs and illuminated signs",
            "id": "34992000",
            "scheme": "CPV"
          },
          {
            "description": "Installation of outdoor illumination equipment",
            "id": "45316100",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services (except software)",
            "id": "51000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "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"
          }
        ],
        "id": "2B",
        "relatedLot": "2B"
      },
      {
        "additionalClassifications": [
          {
            "description": "Designs",
            "id": "22314000",
            "scheme": "CPV"
          },
          {
            "description": "Accumulators, primary cells and primary batteries",
            "id": "31400000",
            "scheme": "CPV"
          },
          {
            "description": "Illuminated signs and nameplates",
            "id": "31523000",
            "scheme": "CPV"
          },
          {
            "description": "Parts of lamps and lighting equipment",
            "id": "31530000",
            "scheme": "CPV"
          },
          {
            "description": "Variable message signs",
            "id": "34924000",
            "scheme": "CPV"
          },
          {
            "description": "Signage",
            "id": "34928470",
            "scheme": "CPV"
          },
          {
            "description": "Sign materials",
            "id": "34928471",
            "scheme": "CPV"
          },
          {
            "description": "Sign posts",
            "id": "34928472",
            "scheme": "CPV"
          },
          {
            "description": "Signs and illuminated signs",
            "id": "34992000",
            "scheme": "CPV"
          },
          {
            "description": "Installation of outdoor illumination equipment",
            "id": "45316100",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services (except software)",
            "id": "51000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "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"
          }
        ],
        "id": "3",
        "relatedLot": "3"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Please see procurement documents",
              "name": "Technical",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please see procurement documents",
              "name": "Financial",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Please see procurement documents",
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "maxExtentDate": "2034-10-11T23:59:59+01:00",
          "startDate": "2026-10-12T00:00:00+01:00"
        },
        "description": "TfL\u0027s objective is to maintain the established TfL branding and signage standards, increase service reliability with the reduction of unnecessary visual \u0027clutter\u0027, minimal duplication (where necessary) and improving safety by removing accident risk and improving overall legibility -  benefitting passengers, staff and drivers by ensuring consistent quality information.\nDesign requirements may range from technical design to graphic design. This would cover individual sign construction or fixing methods, sign layouts or full building sign schemes all in accordance with the relevant standards and regulations.",
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The framework Agreement will have an option to extend three (3 ) years. TfL may choose to utilise the optional extension with an agreed increment with incumbents contractors or suppliers under the framework."
        },
        "secondStage": {
          "maximumCandidates": 7
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Maximum number of up to 7 highest ranked Bidders will be selected following evaluation of the PSQ Bids. Criteria used will be as follows depending on the section of the PSQ;\n-Pass / Fail\n-Score with a minimum to Pass\n- Discretionary Pass/ Fail\n- Score and weight\nWeighting score for Conditions of Participation;\nLot 1 Signage and Wayfinding Graphics Technical Questions- 60%\nCommercial Capability- 20%\nHealth and Safety- 10%\nEnvironmental Management- 10%",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 1 Signage and wayfinding graphic standards and scheme design",
        "value": {
          "amount": 23200000,
          "amountGross": 27900000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Please see procurement documents",
              "name": "Technical",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please see procurement documents",
              "name": "Financial",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Please see procurement documents",
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "maxExtentDate": "2034-10-11T23:59:59+01:00",
          "startDate": "2026-10-12T00:00:00+01:00"
        },
        "description": "All Permanent Signage vitreous enamel under Lot 2A must be  produced and manufactured using only vitreous enamel material steel. \nTfL is considering the use of anti\u2011theft fixings and other alternative fixing methods for surface\u2011mounted roundel signage specifically on heritage signages where such measures are deemed appropriate, beneficial, and cost\u2011effective. Suggestions will be welcomed from Bidders once awarded a place on a framework.\nOne of the key Deliverables for successful Bidders under Lot 2A are required to fully reproduce all design intent drawings for the permanent vitreous enamel signage. All detailed technical drawings produced by the contractor must be submitted to the TfL Framework Manager within the initial six(6) months from Framework commencement. These drawings will be subject to TfL assurance process and approved to be used for call offs contracts. \nBidders should also note that TfL intends to implement an asset registry process for all permanent signage under this lot. This will enable the identification of all installed signage through the use of unique identification markers.",
        "hasRenewal": true,
        "id": "2A",
        "renewal": {
          "description": "The framework Agreement will have an option to extend three (3 ) years. TfL may choose to utilise the optional extension with an agreed increment with incumbents contractors or suppliers under the framework."
        },
        "secondStage": {
          "maximumCandidates": 7
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Maximum number of up to 7 highest ranked Bidders will be selected following evaluation of the PSQ Bids. Criteria used will be as follows depending on the section of the PSQ;\n-Pass / Fail\n-Score with a minimum to Pass\n- Discretionary Pass/ Fail\n- Score and weight\nWeighting score for Conditions of Participation;\nLot 2A Permanent Bespoke Signage Vitreous Enamel Technical-  60%\nCommercial Capability- 20%\nHealth and Safety- 10%\nEnvironmental Management- 10%",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 2A Permanent signage - vitreous enamel",
        "value": {
          "amount": 23200000,
          "amountGross": 27900000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Please see procurement documents",
              "name": "Technical",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please see procurement documents",
              "name": "Financial",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Please see procurement documents",
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "maxExtentDate": "2034-10-11T23:59:59+01:00",
          "startDate": "2026-10-12T00:00:00+01:00"
        },
        "description": "All Permanent Signage non vitreous enamel under Lot 2B will be produced and manufactured with all other materials. \nAll signage delivered will be subject to the TfL assurance process.\nBidders should also note that TfL intends to implement an asset registry process for all permanent signage under this lot. This will enable the identification of all installed signage through the use of unique identification markers.",
        "hasRenewal": true,
        "id": "2B",
        "renewal": {
          "description": "The framework Agreement will have an option to extend three (3 ) years. TfL may choose to utilise the optional extension with an agreed increment with incumbents contractors or suppliers under the framework."
        },
        "secondStage": {
          "maximumCandidates": 7
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Maximum number of up to 7 highest ranked Bidders will be selected following evaluation of the PSQ Bids. Criteria used will be as follows depending on the section of the PSQ;\n-Pass / Fail\n-Score with a minimum to Pass\n- Discretionary Pass/ Fail\n- Score and weight\nWeighting score for  Conditions of Participation;\nLot 2B Permanent Bespoke Signage Non Vitreous Enamel Technical-  60%\nCommercial Capability- 20%\nHealth and Safety- 10%\nEnvironmental Management- 10%",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 2B - Permanent Signage non vitreous enamel",
        "value": {
          "amount": 23200000,
          "amountGross": 27900000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Please see procurement documents",
              "name": "Technical",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please see procurement documents",
              "name": "Financial",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Please see procurement documents",
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-10-11T23:59:59+01:00",
          "maxExtentDate": "2034-10-11T23:59:59+01:00",
          "startDate": "2026-10-12T00:00:00+01:00"
        },
        "description": "Temporary bespoke signs may be made of but not restricted to the following:\n-Aluminium composites\n-SAV, expanded PVC or fluted PP board\n-Stretched barrier banners and hoarding  and include:\n- Temporary Bus Stops and Taxi Ranks\n- Other operational equipment such as Hoods, Covers, labels and Hazard tapes.\n- Associated Fixings",
        "hasRenewal": true,
        "id": "3",
        "renewal": {
          "description": "The framework Agreement will have an option to extend three (3 ) years. TfL may choose to utilise the optional extension with an agreed increment with incumbents contractors or suppliers under the framework."
        },
        "secondStage": {
          "maximumCandidates": 7
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Maximum number of up to 7 highest ranked Bidders will be selected following evaluation of the PSQ Bids. Criteria used will be as follows depending on the section of the PSQ;\n-Pass / Fail\n-Score with a minimum to Pass\n- Discretionary Pass/ Fail\n- Score and weight\nWeighting scores for Conditions of Participation;\nLot 3 Temporary Signage Technical-  60%\nCommercial Capability- 20%\nHealth and Safety- 10%\nEnvironmental Management- 10%",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 3 Temporary Signage",
        "value": {
          "amount": 23200000,
          "amountGross": 27900000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "works",
    "procedure": {
      "features": "This procedure is slipt into 4 different stages namely;\nStage 1: Procurement Specific Questionnaire(Conditions of Participation)\nStage 2 :Invitation to Submit Initial Tender (ISIT) Stage\nStage 3 :Invitation to Negotiate (ITN) Stage \nStage 4: Invitation to submit final Tender (ISFT)/ Best and Final Offer (BAFO) Stage.\nStage 1: PSQ Stage \nBidders who have expressed interest in the Preliminary Market Engagement Notice and this Tender Notice for TfL\u0027s Signage and Display Framework will be invited to submit a Volume 4- PSQ submission. TfL will use this stage to short list bidders per each Lot under the Framework. Upon evaluation  a maximum of 7 Bidders highest ranked will be shortlisted and invited to the next stage of this procurement. TfL reserves the right to shortlist bidders per each lot under the Framework of up to a maximum of 7 bidders.\nStage 2 : Invitation to Submit Initial Tenders (ISIT) Stage \nBidders who have been shortlisted at the PSQ stage will be invited to submit an Initial Offer. Bidders\u0027 Initial Offers, provided they are compliant with this ISIT, will be evaluated in accordance with the evaluation criteria set out in the Tender. TfL will then rank the Initial Offers by Bidders per each Lot. Following the evaluation of Initial Offers, TfL will rank the Bidders\u0027 Initial Offers to identify the most advantageous tenders under their relevant lots.  TfL reserves the right to either award up to a maximum of 3 bidders on the Framework Agreement under each lot in accordance with Section 5 sets out in the ITT  without proceeding to the ITN stage or BAFO stage.\nStage 3: Invitation to Negotiate(ITN) Stage \nTfL may elect to hold one or more negotiation stages following the receipt and the evaluation of the Initial Offers. If TfL proceeds to the ITN Stage, it will conduct negotiations with with a maximum of 5 Bidders highest ranked most advantageous tenders under their relevant lots  that submitted compliant Initial Offers and satisfied the Technical Submission requirement. \nStage 4 :Invitation to Submit Final Tender (ISFT)/ Best and Final Offer (BAFO) Stage \nIf TfL elects to negotiate with Bidders, then at the conclusion of the ITN stage, TfL will inform Bidders that the negotiation stage is complete and Bidders will be issued with an ISFT. Bidders will be required to submit the Best and final offers (BAFOs) (\"Final Offer\") on the basis of the requirement  proposed and discussed in negotiations. \nThe framework Agreement will be awarded to a maximum of 3 highest ranked Bidders under the each lot who has submitted the Most Advantageous Tender in line with the evaluation criteria set under the tender. TfL reserves the right to increase the number of Bidders awarded a place under Lot 3 to maximum of five (5) Bidders.\nThe commercial terms and conditions (Volume 3) included in the tender pack as part of the tender notice is issued in a draft form. The contents remains subject to further changes and a final version will be provided at Stage 2 - Invitation to Submit Initial Tenders (ISIT)."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2034-01-09T23:59:59Z"
        }
      ]
    },
    "specialRegime": [
      "utilities"
    ],
    "status": "active",
    "submissionMethodDetails": "This procurement process is being conducted electronically on the e-Tendering portal SAP Ariba. The portal can be accessed via the following link:\nhttps://service.ariba.com/Supplier.aw\nTo access the procurement documents, complete and submit the PSQ, you will need to be registered on the eTendering portal - SAP Ariba.\nThe following instructions explain TfL\u0027s e-tendering portal and provide guidance on how interested parties will be able to communicate with TfL in relation to this exercise.\n(1) To register or to check if you are already registered to SAP Ariba, log on to https://service.ariba.com/Supplier.aw Interested parties must read the instructions carefully before proceeding with registration. For help on using the SAP Ariba system, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training\n(2) Once you have registered on SAP Ariba (or are already registered), you must also register on TfL\u0027s SAP Ariba system through the following link https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL Guidance on registering is available through the following link: here https://content.tfl.gov.uk/supplier-registration.pdf\n(3)\nThe SAP Ariba project reference is: WS2494082023\nThe SAP Ariba Sourcing Event for this procurement is ID: Doc2964386449 and the Sourcing Event is named: \"Pan TfL Signage and Display Framework PSQ \"\nPlease contact Ariba_Supplier_Enablement@tfl.gov.uk in the first instance should you experience any problems with the portal for issues related to items 1 and 2 above, and use the information from 3 to assist.\nPlease contact CharlesHayford@tfl.gov.uk  or TyrekeBrooks@tfl.gov.uk should you experience any other problems that Ariba_Supplier_Enablement@tfl.gov.uk was not able to solve.\nThe contract values shown in this Tender Notice are maximum values of this Framework, which is shared across all lots. The Framework itself has NIL value, all committed spend will be realised through call-off contracts during the term of this framework. This is explained further within the procurement documents.\nAny orders placed under this Framework Agreement will form a separate contract under the scope of this framework between the supplier and the specific contracting authority.\nPotential contractors or suppliers  submit a response to the PSQ at their own risk. All discussions and submission  will be conducted in English. \nPotential contractors or suppliers must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of the procurement and terms of the contract and the rules of the procurement process before submitting a response.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "description": "The pricing and rates submitted by potential contractors or suppliers within this  ITT  would be  set as their maximum framework rates for any signage and display related projects  set out with the pricing and commercial schedule of the Framework Agreement. \nThe Actual prices and rates will be set out in call-off contracts, determined through further Competition and Direct award. The objective mechanisms for these processes will be detailed within the ITT documentation.",
        "maximumParticipants": 12,
        "method": "withAndWithoutReopeningCompetition",
        "periodRationale": "The framework requirements falls under the utilities category, the 8-year length is permitted under Section 47(1a) of the Procurement Act 2023.",
        "type": "closed"
      },
      "hasFrameworkAgreement": true
    },
    "title": "Pan TfL Signage and Display Framework",
    "value": {
      "amount": 23200000,
      "amountGross": 27900000,
      "currency": "GBP"
    }
  }
}