Planning

Acoustic Vehicle Alerting System (AVAS) Retrofit Project

TRANSPORT FOR LONDON

This public procurement record has 1 release in its history.

Planning

30 Nov 2021 at 15:15

Summary of the contracting process

The procurement process for the Acoustic Vehicle Alerting System (AVAS) Retrofit Project, initiated by Transport for London (TfL), is currently in the planning stage. This project is aimed at the transport industry in the UK, specifically focusing on goods related to transport equipment. TfL, located at 197 Blackfriars Road, London, seeks to retrofit existing quiet running buses with AVAS before the submission deadline of 5pm on 21st December 2021. This initiative is in response to regulatory requirements and aims to enhance road safety, promoting the Vision Zero goal of eliminating road fatalities in London.

This tender presents significant growth opportunities for businesses specialising in sound engineering and automotive safety systems, particularly those with capabilities to develop or supply AVAS solutions. Companies that can demonstrate compliance with UNECE Regulation 138 and possess a strong technical background in electromagnetic compatibility standards would be well-positioned to compete. The early market engagement is designed to identify potential suppliers, facilitating connections between TfL and organisations capable of meeting their performance specifications, thus contributing to safer urban transport systems.

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

Acoustic Vehicle Alerting System (AVAS) Retrofit Project

Notice Description

The Mayor's Transport Strategy (MTS) sets out the Vision Zero goal of zero people killed or seriously injured (KSIs) on London's roads by 2041. It includes targets for a 70% reduction in KSIs by 2021 and for no one to be killed on or by a bus by 2030. The Bus Safety Standard (BSS) was launched in 2018 to help achieve the Vision Zero goal for buses. The BSS mandates the use of safer vehicles and supports safer behaviours and speeds, specifying safety requirements that new buses entering service in London must meet. An Acoustic Vehicle Alerting System (AVAS) is one of a number of the measures in the BSS. AVAS is a system to make quiet running buses (i.e. electric, hybrid or hydrogen) audible to pedestrians and cyclists, and other road users outside the vehicle. The United Nations Economic Commission of Europe (UNECE) Regulation 138 has required AVAS on new electric and hybrid vehicles since July 2021. TfL committed to introducing this early and since September 2019 AVAS has been required on all new quiet running London bus models as part of the BSS. The UNECE regulatory requirements have also been exceeded for London Buses. This includes the development of a unique Urban Bus Sound, which along with moving the speakers to the front of the bus, aims to maximise the benefits of AVAS by making it easier for Vulnerable Road Users (VRUs) to distinguish the sound over typical city background noise and improve acoustic conspicuity compared to a diesel bus. A 'beacon' element has also been introduced which provides directionality to blind and vision-impaired persons (or anyone listening for the bus but not looking). In addition, a responsive AVAS system has more recently been developed. Responsive AVAS will provide optimal volume levels for the sound dependent on the location of the bus. This will both optimise the potential effectiveness for casualty reduction but also minimise the impact on the London soundscape, and the possibility of complaints. However, the requirement for new buses in London to have AVAS does not address existing or pre-2019 manufactured buses in the fleet. Therefore, to support our Vision Zero targets for no deaths on or by a bus by 2030 and for zero deaths or serious injury by 2041, we are developing a project to potentially retrofit AVAS onto existing quiet running buses in London (i.e. electric, hybrid or hydrogen buses). This retrofit will be of responsive and non-responsive AVAS, the type of AVAS chosen being determined in each instance by the model of bus being fitted, and whether that model is capable of supporting responsive AVAS or not.

Lot Information

Lot 1

TfL is conducting early market engagement to help identify organisations who have a product which meets (or is capable of meeting) TfL's specification for an AVAS system based on the performance specification which can be found in the associated Market Sounding Questionnaire (MSQ). The MSQ can be accessed via TfL's e-tendering website ProContract (https://procontract.due-north.com). You will need to register on the portal to access the MSQ and once you have logged-in to ProContract you can search for the MSQ by using any one of the following key terms: 'Acoustic', 'Vehicle', 'Alerting or 'System' Interested parties will be required to submit an MSQ response inclusive of relevant documentation including a technical specification, test methodology, reports and certifications to show how your product is able to meet (or has the potential to meet) our performance specification. A desk-based review will be undertaken by TfL on specific aspects of the submitted information (i.e. evidence to show UNECE Regulation 138 compliance, how frequency profile is achieved, that the system is 'E' marked for automotive electromagnetic compatibility, where applicable evidence to show where it has been used in the automotive industry, dimensions, Ingress Protection (IP) rating, impedance, and power etc. This will help determine which products, on paper at least, could meet (or is capable of meeting) TfL's AVAS requirements. MSQ Responses must be received via ProContract no later than 5pm on Tuesday, 21st December 2021 Should TfL proceed to a procurement exercise for this project, the evaluation of potential products would form part of that exercise, including the need for rigorous testing of the products in controlled conditions in order to demonstrate that the products meet the specification, and can be successfully integrated with on-bus systems, across a range of bus types.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02fb81
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029712-2021
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34000000 - Transport equipment and auxiliary products to transportation

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Nov 20214 years ago
Submission Deadline
21 Dec 2021Expired
Future Notice Date
31 Mar 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
Contact Name
Emma Milam
Contact Email
emma.milam@tfl.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SE1 8NJ
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
TLI London

Local Authority
Southwark
Electoral Ward
Borough & Bankside
Westminster Constituency
Bermondsey and Old Southwark

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-02fb81-2021-11-30T15:15:43Z",
    "date": "2021-11-30T15:15:43Z",
    "ocid": "ocds-h6vhtk-02fb81",
    "initiationType": "tender",
    "tender": {
        "id": "DN584755",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Acoustic Vehicle Alerting System (AVAS) Retrofit Project",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "34000000",
            "description": "Transport equipment and auxiliary products to transportation"
        },
        "mainProcurementCategory": "goods",
        "description": "The Mayor's Transport Strategy (MTS) sets out the Vision Zero goal of zero people killed or seriously injured (KSIs) on London's roads by 2041. It includes targets for a 70% reduction in KSIs by 2021 and for no one to be killed on or by a bus by 2030. The Bus Safety Standard (BSS) was launched in 2018 to help achieve the Vision Zero goal for buses. The BSS mandates the use of safer vehicles and supports safer behaviours and speeds, specifying safety requirements that new buses entering service in London must meet. An Acoustic Vehicle Alerting System (AVAS) is one of a number of the measures in the BSS. AVAS is a system to make quiet running buses (i.e. electric, hybrid or hydrogen) audible to pedestrians and cyclists, and other road users outside the vehicle. The United Nations Economic Commission of Europe (UNECE) Regulation 138 has required AVAS on new electric and hybrid vehicles since July 2021. TfL committed to introducing this early and since September 2019 AVAS has been required on all new quiet running London bus models as part of the BSS. The UNECE regulatory requirements have also been exceeded for London Buses. This includes the development of a unique Urban Bus Sound, which along with moving the speakers to the front of the bus, aims to maximise the benefits of AVAS by making it easier for Vulnerable Road Users (VRUs) to distinguish the sound over typical city background noise and improve acoustic conspicuity compared to a diesel bus. A 'beacon' element has also been introduced which provides directionality to blind and vision-impaired persons (or anyone listening for the bus but not looking). In addition, a responsive AVAS system has more recently been developed. Responsive AVAS will provide optimal volume levels for the sound dependent on the location of the bus. This will both optimise the potential effectiveness for casualty reduction but also minimise the impact on the London soundscape, and the possibility of complaints. However, the requirement for new buses in London to have AVAS does not address existing or pre-2019 manufactured buses in the fleet. Therefore, to support our Vision Zero targets for no deaths on or by a bus by 2030 and for zero deaths or serious injury by 2041, we are developing a project to potentially retrofit AVAS onto existing quiet running buses in London (i.e. electric, hybrid or hydrogen buses). This retrofit will be of responsive and non-responsive AVAS, the type of AVAS chosen being determined in each instance by the model of bus being fitted, and whether that model is capable of supporting responsive AVAS or not.",
        "lots": [
            {
                "id": "1",
                "description": "TfL is conducting early market engagement to help identify organisations who have a product which meets (or is capable of meeting) TfL's specification for an AVAS system based on the performance specification which can be found in the associated Market Sounding Questionnaire (MSQ). The MSQ can be accessed via TfL's e-tendering website ProContract (https://procontract.due-north.com). You will need to register on the portal to access the MSQ and once you have logged-in to ProContract you can search for the MSQ by using any one of the following key terms: 'Acoustic', 'Vehicle', 'Alerting or 'System' Interested parties will be required to submit an MSQ response inclusive of relevant documentation including a technical specification, test methodology, reports and certifications to show how your product is able to meet (or has the potential to meet) our performance specification. A desk-based review will be undertaken by TfL on specific aspects of the submitted information (i.e. evidence to show UNECE Regulation 138 compliance, how frequency profile is achieved, that the system is 'E' marked for automotive electromagnetic compatibility, where applicable evidence to show where it has been used in the automotive industry, dimensions, Ingress Protection (IP) rating, impedance, and power etc. This will help determine which products, on paper at least, could meet (or is capable of meeting) TfL's AVAS requirements. MSQ Responses must be received via ProContract no later than 5pm on Tuesday, 21st December 2021 Should TfL proceed to a procurement exercise for this project, the evaluation of potential products would form part of that exercise, including the need for rigorous testing of the products in controlled conditions in order to demonstrate that the products meet the specification, and can be successfully integrated with on-bus systems, across a range of bus types.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-04-01T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2021-12-21T17:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        }
    },
    "parties": [
        {
            "id": "GB-FTS-33536",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London"
            },
            "address": {
                "streetAddress": "197 Blackfriars Road",
                "locality": "LONDON",
                "region": "UKI",
                "postalCode": "SE1 8NJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Emma Milam",
                "email": "Emma.Milam@tfl.gov.uk",
                "url": "https://procontract.due-north.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk",
                "buyerProfile": "https://tfl.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "description": "Transport"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-33536",
        "name": "Transport for London"
    },
    "language": "en"
}