Open Closing in a 1 month

Road User Charging (RUC) - Detection & Enforcement Infrastructure (D&EI) Services

Descriptions

To support current and future road infrastructure schemes aligned with the Mayor's Transport Strategy for London, TfL plans to award a contract to a single service provider to deliver the Detection and Enforcement Infrastructure (D&EI) Services.

 

The primary function of the D&EI Services is to operate and maintain detection and enforcement infrastructure and technology that provides the required evidence for charging and enforcement of all Road User Charging (RUC) schemes. At the date of this Tender Notice, these schemes are:

• Congestion Charge (CC);

• Low Emission Zone (LEZ);

• Ultra-Low Emission Zone (ULEZ);

• Tunnel User Charging (TUC) (Silvertown and Blackwall Tunnels); and

• Direct Vision Standards (DVS).

 

The D&EI Services provide high-quality images and data for vehicles passing any of the approximate 4,400 ANPR cameras stationed at locations in Greater London (the "Outstations"). Vehicle records from the roadside are processed to produce accurate and secure evidential records which are then transferred to TfL's Business Operations system and to TfL and other Connected Parties (being other parties with whom TfL shares another form of evidential records or data), which use these records to initiate payment and enforcement processes and analyse vehicle journey times.

 

TfL anticipates the D&EI Services will cover the following:

Outstation Systems and Services - The primary function of the Outstation System is to detect moving vehicles in the Greater London area, capture images of the vehicles, read the vehicles registration plates and to send this data to the Instation and to Connected Parties for processing.

 

The Outstation System comprises of a network of approximately 4,400 ANPR cameras and associated equipment, including mounting brackets, poles, cabinets, cabling and, at tunnel sites, radar detection units.

 

The scope of the D&EI Services includes the management, support, maintenance and repair of the Outstation Systems. The scope will include the provision of new ANPR cameras where required to replace existing units that are vandalised, stolen, beyond economic repair or end of life, and for the installation of new Outstations.

 

At the expiry of the current D&EI contract, there will be c.4,400 Outstation assets throughout the TfL RUC estate. TfL is not intending to replace all of these assets as part of transition to the new D&EI Services contract. Instead, to support the new service provider's delivery of the D&EI Services, TfL will put in place a standalone contract with the current D&EI service provider to cover certain OEM-level maintenance and support services for those elements of the existing Outstation assets which are proprietary in nature to that service provider.

 

This will include:

• firmware/software updates to maintain outstation performance and security;​​

• ongoing access to a repair facility for legacy outstation hardware;​

• access to bespoke spare parts not available on the open market.​

 

Instation Systems and Services - The primary function of the Instation System is to process data collected by the Outstations, including some validation and filtering functions. This scope of services will include the design, supply, build and installation of an Instation System. The D&EI service provider will be required to support, maintain and operate the Instation System.

 

The Instation System is also used for centralised management, configuration and monitoring of Outstations, as well as installing required Outstation firmware/software updates.

 

Camera replacement programme - During the life of the contract, existing camera assets will need to be replaced from time to time. This may be carried out on an ad hoc basis or, at TfL's discretion, in accordance with a structured replacement programme. The D&EI contract will include camera replacement pricing.

 

Given the likelihood of policy changes and developments, evolutions and other changes to the RUC schemes over the life of the D&EI contract, TfL may require additional services which are similar to the D&EI Services to be provided, including:

 

• amendments to the D&EI service and systems to support any

changes, extensions or reductions to the operation of the charging schemes;

• amendments to the D&EI service and systems to support new charging methods;

• incorporating additional traffic monitoring or detection functionality into Outstation Systems;

• provision of data to TfL approved third parties;

• provision and maintenance of a separate power supply to power additional communications equipment located at fixed line Outstation Sites;

 

• other relevant charging schemes, including:

- interoperability with other road pricing schemes;

- different scheme charging options; and/or

- any other UK-based road user charging scheme, including infrastructure charging, congestion charging and clean air zones.

 

Exclusion on national security grounds

Under the Procurement Act 2023, contracting authorities must assess the national security threat posed by suppliers, their associated persons and (intended) sub-contractors.  Given the nature and distribution of Outstations around London and the interfaces between the D&EI system and other systems, TfL considers that the D&EI procurement is a higher sensitivity procurement.   

 

TfL will, in accordance with its obligations under the Procurement Act 2023, assess Participants (including their associated persons and intended sub-contractors) for potential national security threats to determine whether a Participant may be an excluded or excludable supplier on national security grounds.  In carrying out this assessment and making any related decisions, TfL will consult with the National Security Unit for Procurement and only take action where necessary to address a relevant risk, and in a targeted and proportionate manner. 

 

Reservation of Right.  

TfL reserves the right without prior notice to change the procurement process or to amend the information provided, including, but not limited to, changing the timeline, the scope and nature of the procurement and the procurement process, and to cancel the procurement process at any stage without awarding any contract. In particular, TfL reserves the right to issue circulars to Participants providing further information or supplementing and/or amending the procurement process. In no circumstances shall TfL incur any liability in respect of any changes. This will be subject to the requirements of public law and UK procurement rules. 

Timeline

Pblished Date :

1st May 2025 in a 6 days

Published Date :

31st Oct 2025 3 days ago

Deadline :

19th Dec 2025 in a 1 month

Contract Start :

1st Mar 2027

Contract End :

28th Feb 2035

Tender Regions

Keywords

CCTV apparatus

CCTV system

security camera set

video surveillance kit

CCTV hardware

CCTV camera

security camera

video surveillance camera

domestic CCTV

monitoring camera

data transmission equipment

modem

network transceiver

comm‑data unit

data communication device

street furniture installation

benches mounting

urban furniture fitting

street bench installation

bus stop fitting

litter bin placement

public seating installation

urban fixtures

audio-video system installation

broadcast equipment fitting

studio hardware setup

radio transmitter mounting

TV signal device integration

sound system installation

video display unit fitting

media production gear setup

live broadcast equipment installation

multimedia control system fitting

city bus transit

municipal shuttle service

public coach operations

commuter bus routes

urban transport provision

mass transit bus service

road-based public transport

municipal bus network

scheduled transit service

passenger road transport

roadway transit assistance

highway route support

roadside logistics aid

traffic corridor facilitation

road network management support

highway support operations

route assistance service

transport lane facilitation

road transport coordination

vehicular route support

IT consulting

software development

web services

network support

system integration

IT infrastructure management

digital transformation

cloud services

cybersecurity support

application maintenance

helpdesk services

technical support

software customization

IT outsourcing

CCTV installation

video surveillance systems

private broadcast networks

security camera configuration

internal video feed management

organizational surveillance setup

institutional video monitoring

street parking control

wheel-clamping operations

unpaid ticket issuance

municipal parking ordinance enforcement

meter violation patrols

zone restriction monitoring

parking citation management

tow-away coordination

curbside regulation checks

enforcement signage compliance

Tender Lot Details

2 Tender Lots

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Open

Procedure :

N/A

Suitable for SME :

N/A

Nationwide :

No

Assign to :

Tender Progress :

0%

Details

Notice Type :

Tender

Tender Identifier :

IT-378-246-T: 2024 - 001

Tenderbase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement contact

Name :

Tina Smith

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk

Possible Competitors

1 Possible Competitors