Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}