Planning

Safety Cameras - Spot Speed & Red Light Speed on Green

TRANSPORT FOR LONDON

This public procurement record has 1 release in its history.

Planning

29 Aug 2023 at 11:09

Summary of the contracting process

The buying organization, Transport for London, is planning a procurement process titled "Safety Cameras - Spot Speed & Red Light Speed on Green" in the goods category, with a focus on speed camera equipment. The procurement is in the planning stage and involves the supply, installation, and maintenance of these safety cameras. The communication of future notice is set for February 1, 2024. The procurement aims to replace existing camera technology with newer, more advanced systems utilising non-invasive technology, and the tender is based on a Negotiated Procedure without Publication due to technical reasons.

This tender by Transport for London presents business growth opportunities for companies in the speed camera equipment industry. Businesses involved in supplying, installing, and maintaining safety cameras, particularly those with expertise in advanced technologies like radar, laser, or video analytics, are well-suited to compete. The tender involves sites across all London Boroughs, offering a substantial scope for market engagement and future business expansion in collaboration with Transport for London.

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

Safety Cameras - Spot Speed & Red Light Speed on Green

Notice Description

Supply, installation and maintenance for replacement Spot Speed & Red Light Speed on Green (must be Home Office Type Approved).

Lot Information

Lot 1

Transport for London ("TfL") and its predecessor organisations have been and remain responsible for managing contracts for the supply, installation and maintenance of safety cameras. TfL works with the both the Metropolitan and City of London police and all London Borough's to ensure a consistent policy for safety camera enforcement across London is maintained. In 2014, TfL awarded contracts for the replacement of existing wet film Spot Speed cameras with a digital alternative, and existing wet film Red Light cameras with digital Red Light Speed on Green cameras. These contracts are currently due to expire in 2024. In advance of this, TfL has been investigating options and requirements for replacing this ageing network of cameras. The ongoing work to determine the provision of safety camera technology for the next 5-10 years is pivotal to increase value, effectiveness and enforceability on the network. Technology has moved forward, and newer camera devices may utilise non-invasive technology such as radar, laser or video analytics to carry out detection. Additionally, having the option of redeployable cameras could potentially significantly reduce the operation and maintenance time and cost required on the network and increase the viability of such an approach. Moving away from carriageway-based detection removes the requirement for invasive sensors in the road and therefore significantly reduces 'wear and tear' issues that require substantial work to rectify. Redeployable cameras would give greater flexibility to the programme to move enforcement across the network and enable quicker mobilisation for expansion, through the potential ability to mount on existing road furniture. TfL has also committed to expansion of the current safety camera network. The exact locations and numbers for the expansion are yet to be determined. TfL has undertaken a review of the available commercial options, the current market for new systems and how to manage any transition between suppliers to ensure continuity of service. A working project group was established to provide direction to this programme of works. This working group includes representatives from Capital, CPOS, Asset Strategy, Asset Operations, Engineering, Investment Delivery Planning, Commercial as well as the Metropolitan Police Service. Based on this review, TfL This Procurement intends to award a contract to a single supplier identified that can meet all its mandatory requirements and manage the transition. TfL intends to award the contract via a Negotiated Procedure without Publication based on Regulation 32(2)(b)(ii), where competition is absent for technical reasons. Further details shall be provided in a Market Briefing Paper to those who express an interest to this PIN. It is our intention to test our conclusion with the marketplace and, if our market engagement confirms this, TfL will commence the negotiated procedure without prior publication.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03f786
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025283-2023
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

34971000 - Speed camera equipment

Notice Value(s)

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

Notice Dates

Publication Date
29 Aug 20232 years ago
Submission Deadline
Not specified
Future Notice Date
1 Feb 2024Expired
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
Raj Rattu
Contact Email
v_rajrattu@tfl.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
E20 1JN
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI London

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

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-03f786-2023-08-29T12:09:23+01:00",
    "date": "2023-08-29T12:09:23+01:00",
    "ocid": "ocds-h6vhtk-03f786",
    "description": "Additional information is available on request. If you would like to express an interest, please send an email (to the contact email address in this PIN) and we can share a Market Engagement Briefing Paper. The purpose of the Paper is to: * explain TfL's market engagement exercise; * set out TfL's requirements for Spot Speed & Red Light Speed on Green cameras; * summarise TfL's analysis of the Spot Speed & Red Light Speed on Green cameras market; * outline TfL's proposed route to market in relation to the Spot Speed & Red Light Speed on Green cameras; and * explain what TfL intends to do next if its analysis of the Spot Speed & Red Light Speed on Green cameras market is correct.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03f786",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Safety Cameras - Spot Speed & Red Light Speed on Green",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "34971000",
            "description": "Speed camera equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "Supply, installation and maintenance for replacement Spot Speed & Red Light Speed on Green (must be Home Office Type Approved).",
        "lots": [
            {
                "id": "1",
                "description": "Transport for London (\"TfL\") and its predecessor organisations have been and remain responsible for managing contracts for the supply, installation and maintenance of safety cameras. TfL works with the both the Metropolitan and City of London police and all London Borough's to ensure a consistent policy for safety camera enforcement across London is maintained. In 2014, TfL awarded contracts for the replacement of existing wet film Spot Speed cameras with a digital alternative, and existing wet film Red Light cameras with digital Red Light Speed on Green cameras. These contracts are currently due to expire in 2024. In advance of this, TfL has been investigating options and requirements for replacing this ageing network of cameras. The ongoing work to determine the provision of safety camera technology for the next 5-10 years is pivotal to increase value, effectiveness and enforceability on the network. Technology has moved forward, and newer camera devices may utilise non-invasive technology such as radar, laser or video analytics to carry out detection. Additionally, having the option of redeployable cameras could potentially significantly reduce the operation and maintenance time and cost required on the network and increase the viability of such an approach. Moving away from carriageway-based detection removes the requirement for invasive sensors in the road and therefore significantly reduces 'wear and tear' issues that require substantial work to rectify. Redeployable cameras would give greater flexibility to the programme to move enforcement across the network and enable quicker mobilisation for expansion, through the potential ability to mount on existing road furniture. TfL has also committed to expansion of the current safety camera network. The exact locations and numbers for the expansion are yet to be determined. TfL has undertaken a review of the available commercial options, the current market for new systems and how to manage any transition between suppliers to ensure continuity of service. A working project group was established to provide direction to this programme of works. This working group includes representatives from Capital, CPOS, Asset Strategy, Asset Operations, Engineering, Investment Delivery Planning, Commercial as well as the Metropolitan Police Service. Based on this review, TfL This Procurement intends to award a contract to a single supplier identified that can meet all its mandatory requirements and manage the transition. TfL intends to award the contract via a Negotiated Procedure without Publication based on Regulation 32(2)(b)(ii), where competition is absent for technical reasons. Further details shall be provided in a Market Briefing Paper to those who express an interest to this PIN. It is our intention to test our conclusion with the marketplace and, if our market engagement confirms this, TfL will commence the negotiated procedure without prior publication.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34971000",
                        "description": "Speed camera equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "deliveryLocation": {
                    "description": "Sites across all London Boroughs."
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-02-01T00:00:00Z"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-14777",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "5 ENDEAVOUR SQUARE",
                "locality": "LONDON",
                "region": "UKI41",
                "postalCode": "E201JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Raj Rattu",
                "email": "v_rajrattu@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk/",
                "buyerProfile": "http://eprocurement.tfl.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-14777",
        "name": "Transport for London"
    },
    "language": "en"
}