Skip to main content

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

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

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

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

UK4

Pan TfL Signage and Display Framework

  • First published: 24 February 2026
  • Last modified: 24 February 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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

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

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-050108
Published by:
Transport for London
Authority ID:
AA24684
Publication date:
24 February 2026
Deadline date:
09 March 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 StructureLot 1 - Signage and Wayfinding Graphic Standards & Scheme DesignLot 2A - Permanent Signage (Vitreous Enamel)eg. vitreous enamel or steel signs; permanent illuminated and non‑illuminated signsLot 2B - Permanent Signage (Non‑Vitreous Enamel) eg. Aluminium composite signs, poster framesLot 3 - Temporary Signage eg fluted boards, vinyl and acrylic signs, glass signsSupplier Registrations1. TfL SAP Business NetworkIt 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.ukFollowing 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

Full notice text

Scope

Procurement reference

TfL_scp_002532

Procurement 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

Main category

Works

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Total value (estimated, excluding VAT)

23200000 GBP to 92800000GBP

Contract dates (estimated)

12 October 2026, 00:00AM to 11 October 2031, 23:59PM

Extension end date (if all the extensions are used): 11 October 2034

Is a framework being established?

Yes

Contracting authority

Transport for London

Identification register:

  • GB-PPON

Address 1: 5 Endeavour Square

Town/City: London

Postcode: E20 1JN

Country: United Kingdom

Public Procurement Organisation Number: PHMT-6197-NWNZ

NUTS code: UKI41

Email: BSFAribaAdministration@tfl.gov.uk

Organisation type: Public authority - central government

Procedure

Procedure type

Competitive flexible procedure

Is this procurement under a special regime?

Utilities

Is the total value above threshold?

Above threshold

Framework

Percentage fee charged to suppliers

0%

Maximum number of suppliers

12

Award method when using the framework

With and without reopening competition

Justification for framework term

The framework requirements falls under the utilities category, the 8-year length is permitted under Section 47(1a) of the Procurement Act 2023.

Framework operation 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.

The 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.

Lots

Divided into 4 lots

Lot 1 Signage and wayfinding graphic standards and scheme design

Lot number: 1

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.

CPV classifications

  • 22314000 - Designs
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31523000 - Illuminated signs and nameplates
  • 31530000 - Parts of lamps and lighting equipment
  • 34924000 - Variable message signs
  • 34928470 - Signage
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 34992000 - Signs and illuminated signs
  • 45316100 - Installation of outdoor illumination equipment
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

23200000 GBP Excluding VAT

27900000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

12 October 2026, 00:00AM

Contract end date (estimated)

11 October 2031, 23:59PM

Extension end date (estimated)

11 October 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

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.

Participation

Conditions of participation

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;

-Pass / Fail

-Score with a minimum to Pass

- Discretionary Pass/ Fail

- Score and weight

Weighting score for Conditions of Participation;

Lot 1 Signage and Wayfinding Graphics Technical Questions- 60%

Commercial Capability- 20%

Health and Safety- 10%

Environmental Management- 10%

Award criteria

Type: quality

Name

Technical

Description

Please see procurement documents

Weighting: 60

Weighting type: percentageExact

Type: price

Name

Financial

Description

Please see procurement documents

Weighting: 30

Weighting type: percentageExact

Type: quality

Name

Social Value

Description

Please see procurement documents

Weighting: 10

Weighting type: percentageExact

Lot 2A Permanent signage - vitreous enamel

Lot number: 2A

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.

CPV classifications

  • 22314000 - Designs
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31523000 - Illuminated signs and nameplates
  • 31530000 - Parts of lamps and lighting equipment
  • 34924000 - Variable message signs
  • 34928470 - Signage
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 34992000 - Signs and illuminated signs
  • 45316100 - Installation of outdoor illumination equipment
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

23200000 GBP Excluding VAT

27900000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

12 October 2026, 00:00AM

Contract end date (estimated)

11 October 2031, 23:59PM

Extension end date (estimated)

11 October 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

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.

Participation

Conditions of participation

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;

-Pass / Fail

-Score with a minimum to Pass

- Discretionary Pass/ Fail

- Score and weight

Weighting score for Conditions of Participation;

Lot 2A Permanent Bespoke Signage Vitreous Enamel Technical- 60%

Commercial Capability- 20%

Health and Safety- 10%

Environmental Management- 10%

Award criteria

Type: quality

Name

Technical

Description

Please see procurement documents

Weighting: 60

Weighting type: percentageExact

Type: price

Name

Financial

Description

Please see procurement documents

Weighting: 30

Weighting type: percentageExact

Type: quality

Name

Social Value

Description

Please see procurement documents

Weighting: 10

Weighting type: percentageExact

Lot 2B - Permanent Signage non vitreous enamel

Lot number: 2B

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.

CPV classifications

  • 22314000 - Designs
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31523000 - Illuminated signs and nameplates
  • 31530000 - Parts of lamps and lighting equipment
  • 34924000 - Variable message signs
  • 34928470 - Signage
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 34992000 - Signs and illuminated signs
  • 45316100 - Installation of outdoor illumination equipment
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

23200000 GBP Excluding VAT

27900000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

12 October 2026, 00:00AM

Contract end date (estimated)

11 October 2031, 23:59PM

Extension end date (estimated)

11 October 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

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.

Participation

Conditions of participation

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;

-Pass / Fail

-Score with a minimum to Pass

- Discretionary Pass/ Fail

- Score and weight

Weighting score for Conditions of Participation;

Lot 2B Permanent Bespoke Signage Non Vitreous Enamel Technical- 60%

Commercial Capability- 20%

Health and Safety- 10%

Environmental Management- 10%

Award criteria

Type: quality

Name

Technical

Description

Please see procurement documents

Weighting: 60

Weighting type: percentageExact

Type: price

Name

Financial

Description

Please see procurement documents

Weighting: 30

Weighting type: percentageExact

Type: quality

Name

Social Value

Description

Please see procurement documents

Weighting: 10

Weighting type: percentageExact

Lot 3 Temporary Signage

Lot number: 3

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

CPV classifications

  • 22314000 - Designs
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31523000 - Illuminated signs and nameplates
  • 31530000 - Parts of lamps and lighting equipment
  • 34924000 - Variable message signs
  • 34928470 - Signage
  • 34928471 - Sign materials
  • 34928472 - Sign posts
  • 34992000 - Signs and illuminated signs
  • 45316100 - Installation of outdoor illumination equipment
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)

Delivery regions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot value (estimated)

23200000 GBP Excluding VAT

27900000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

12 October 2026, 00:00AM

Contract end date (estimated)

11 October 2031, 23:59PM

Extension end date (estimated)

11 October 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

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.

Participation

Conditions of participation

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;

-Pass / Fail

-Score with a minimum to Pass

- Discretionary Pass/ Fail

- Score and weight

Weighting scores for Conditions of Participation;

Lot 3 Temporary Signage Technical- 60%

Commercial Capability- 20%

Health and Safety- 10%

Environmental Management- 10%

Award criteria

Type: quality

Name

Technical

Description

Please see procurement documents

Weighting: 60

Weighting type: percentageExact

Type: price

Name

Financial

Description

Please see procurement documents

Weighting: 30

Weighting type: percentageExact

Type: quality

Name

Social Value

Description

Please see procurement documents

Weighting: 10

Weighting type: percentageExact

Submission

Expression of interest deadline

09 March 2026, 01:00AM

Enquiry deadline

06 March 2026, 13:00PM

Date of award of contract

17 July 2026, 23:59PM

Submission address and any special instructions

This procurement process is being conducted electronically on the e-Tendering portal SAP Ariba. The portal can be accessed via the following link:https://service.ariba.com/Supplier.awTo access the procurement documents, complete and submit the PSQ, you will need to be registered on the eTendering portal - SAP Ariba.The following instructions explain TfL's e-tendering portal and provide guidance on how interested parties will be able to communicate with TfL in relation to this exercise.(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(2) Once you have registered on SAP Ariba (or are already registered), you must also register on TfL's 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(3)The SAP Ariba project reference is: WS2494082023The SAP Ariba Sourcing Event for this procurement is ID: Doc2964386449 and the Sourcing Event is named: "Pan TfL Signage and Display Framework PSQ "Please 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.Please 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.The 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.Any 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.Potential contractors or suppliers submit a response to the PSQ at their own risk. All discussions and submission will be conducted in English. Potential 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.

Maximum number of suppliers to be invited to tender

7

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

09 January 2034, 23:59PM

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
31400000 Accumulators, primary cells and primary batteries Electrical machinery, apparatus, equipment and consumables; lighting
22314000 Designs Postcards
31523000 Illuminated signs and nameplates Lamps and light fittings
45316100 Installation of outdoor illumination equipment Installation work of illumination and signalling systems
51000000 Installation services (except software) Other Services
31530000 Parts of lamps and lighting equipment Lighting equipment and electric lamps
50000000 Repair and maintenance services Other Services
34928471 Sign materials Road furniture
34928472 Sign posts Road furniture
34928470 Signage Road furniture
34992000 Signs and illuminated signs Control, safety, signalling and light equipment
34924000 Variable message signs Road equipment

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

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

ID Description
There are no alert restrictions for this notice.

About the buyer

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

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.