Tender

ICT13838 - TfL Video Management System (TVMS)

TRANSPORT FOR LONDON

This public procurement record has 2 releases in its history.

TenderUpdate

12 Dec 2023 at 14:08

Tender

23 Nov 2023 at 17:59

Summary of the contracting process

The procurement process for the TfL Video Management System (TVMS) involves Transport for London seeking a replacement for the current system used for surveillance camera networks across London. The procurement covers the streets, road tunnels, and integration with other systems, including potential bus station and river pier sites. The deadline for submission of SQ responses has been extended to 19th January 2024, with additional deadlines for clarification questions. The process is currently in the Tender stage with a focus on goods, aiming for a scalable and cost-effective TVMS solution.

This tender offers business growth opportunities for companies providing software packages, information systems, CCTV cameras, and security solutions. Organisations adept at developing, implementing, and maintaining scalable systems with a focus on surveillance technology would be well-suited to compete. The procurement process includes a Competitive Dialogue procedure, enabling engagement with shortlisted suppliers before final tender submission. The contract value is estimated to be between £20 to £30 million and involves an initial term of 8 years, extendable up to a maximum of another 8 years, offering a long-term partnership opportunity for successful suppliers in the surveillance technology sector.

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

ICT13838 - TfL Video Management System (TVMS)

Notice Description

Transport for London (TfL) operates a number of surveillance camera systems in support of the services it provides across London. These are used for a variety of purposes including traffic management, traffic enforcement, incident management, security monitoring and health and safety management, and are used by numerous stakeholders, including operational control rooms, and third parties. The current Video Management System (VMS) is one of these surveillance systems and this covers the streets and road tunnels network, enabling the sharing of footage from c.1200 TfL CCTV outstation cameras and c.4000-5000 external cameras working with: o City of London Police; o Metropolitan Police; o National Highways; o London Boroughs; o Media organisations; o London Fire Brigade; and o London Ambulance Service. This Contract Notice relates to the replacement of the current VMS, with a single new cost effective, scalable, fit for purpose TfL Video Management System (TVMS). The successful TVMS supplier will be required to develop, implement, support and maintain a TVMS solution that meets TfL's requirements (TVMS Requirements). Whilst it is expected that the initial focus during the transition phase will be on streets and road tunnels, the new TVMS solution will also need to be capable of integrating with other TfL Systems and scaling to incorporate components and system interfaces from TfL bus station and river pier sites, as may be required by TfL during the life of the contract.

Lot Information

Lot 1

The TVMS supplier must deliver a TVMS which facilitates TfL user access to live video streams from TfL CCTV outstation street and Road tunnel cameras as well as video streams from external third parties (as referenced in Section II.1.4) over Television Network Protocol (TVNP) and Digital Video Network Protocol (DVNP). The new TVMS must support a number of existing legacy components, including CCTV cameras, and provide system interfaces for multiple internal operational systems consuming video and associated video data. The TVMS must also provide and accept video streams to and from third parties using suitable industry adopted protocols and standards. Additionally, it should support real-time video to web-based user interfaces so that TfL can deliver the service more easily and inexpensively to various stakeholders. The new TVMS should allow TfL to fully utilise current and future open standards within the video and security marketplace and to embrace the evolving data technology landscape to deliver efficiencies and other improvements. This will enable TfL to deliver its strategic objectives as a transport authority and provide a step change in the use of visual derived data and information. The new TVMS and supporting services should also be capable of scaling to incorporate components and system interfaces from TfL bus stations and/or river pier sites, albeit these are optional deliverables (which may relate to one or more sites per request) which TfL may require during the life of the contract. From a bus station and river pier perspective, the new TVMS solution will need to consider that TfL bus stations and river piers have limited remote access capability and separate CCTV systems with on-site video recording capability to support crime prevention and incident investigation. TfL bus station and river pier connectivity (if required during the life of the contract) will be limited to remote viewing capability and the current onsite bus station and river pier recording solutions will not be replaced. The current VMS used by TfL to monitor streets and road tunnels is hosted on-premises within the TfL estate. Due to likely TVMS data volumes and the fact that major IP networking changes are not currently in scope for the TVMS project, TfL expects to maintain this on-premises hosting approach for the TVMS and associated services. However, TfL is open to understanding alternative hosting approaches to on-premise hosting at TfL that may offer TfL operational and/or financial benefit. TfL expects that the new TVMS will be live by Spring 2026. However, TfL recognises that this may present a challenging mobilisation and transition schedule and envisages that this will form part of discussions with bidders during the dialogue. The initial contract term will be for 8 years from award and the contract will include the option for TfL to extend (on one or more occasions and each extension period will be of at least 1 year duration) up to a maximum of a further 8 years (see Section II.2.7 which references maximum contract length of 192 months). Bidders should note that the initial 8 year contract term is timed to align with the expiration of other related contracts in place with TfL and other suppliers and therefore the initial duration may be subject to change within a range of +/- 1 year during the tender process. The figure in Section II.1.5 is the estimated maximum contract value assuming the potential contract extensions are exercised and TfL requests delivery of the optional deliverables. However, TfL estimates the overall contract value may be in the range of PS20 - PS30 million, which is likely to be broken down as follows: - Initial contract term for Streets and Tunnels (PS6 - PS10 million) - Extension to all Bus Stations and River Piers during initial term (PS3 - PS5 million) - Exercise all extension periods up to maximum period of 8 years (PS11 - PS15 million) Further details in relation to the TVMS are set out in the TVMS Requirements provided as part of the procurement documents.

Options: The contract has an initial duration of 8 years from award (envisaged to be early 2025) with an option for TfL to extend (on one or more occasions and each extension period will be of at least 1 year duration) up to a maximum further period of 8 years. As set out in Section II.2.4, the initial duration may be subject to change within a range of +/- 1 year during the tender process in order to align with the expiry of other related TfL contracts.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-041c75
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036528-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

34 - Transport equipment and auxiliary products to transportation

35 - Security, fire-fighting, police and defence equipment

48 - Software package and information systems

63 - Supporting and auxiliary transport services; travel agencies services

72 - IT services: consulting, software development, Internet and support


CPV Codes

32235000 - Closed-circuit surveillance system

34970000 - Traffic-monitoring equipment

35125300 - Security cameras

48000000 - Software package and information systems

48100000 - Industry specific software package

63712710 - Traffic monitoring services

72212100 - Industry specific software development services

72222300 - Information technology services

72267000 - Software maintenance and repair services

Notice Value(s)

Tender Value
£30,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Dec 20232 years ago
Submission Deadline
5 Jan 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
Contact Name
TVMS Commercial
Contact Email
tvmscommercial@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-041c75-2023-12-12T14:08:38Z",
    "date": "2023-12-12T14:08:38Z",
    "ocid": "ocds-h6vhtk-041c75",
    "description": "With reference to Section IV:2.1 previously published Prior Information Notice can be found with the following link: https://www.findtender (https://www.findtender). service.gov.uk/Notice/027796-2023 (https://service.gov.uk/Notice/027796-2023) . TfL operates as a functional body of the Greater London Authority under the direction of the Mayor of London. TfL reserves the right to withdraw from the procurement process and may award the contract in whole, in part or not at all as a result of this call for competition. TfL shall not be liable for any costs or expenses incurred by any organisation in considering and/or responding to the procurement process. Tenders and supporting documents must be priced in pounds sterling and all payments made under the contract(s) will be in pounds sterling, unless otherwise advised. In relation to this contract opportunity, the Transfer of Undertakings (Protection of Employment) Regulations 2006 (\"the TUPE Regulations\") may apply to the transfer of the provision of the TVMS related services to the Supplier. Schedule 9.1 (Staff Transfer) of the TVMS Contract sets out details of the employment and pensions provisions which apply to the Services. Accordingly, a small number of staff engaged by the current service provider (and its sub-contractors) may transfer to the Supplier under the TUPE Regulations. This tender process will be undertaken using the Competitive Dialogue procedure. In order to request to participate in this contract opportunity, interested organisations must complete and submit the SQ prior to the deadline in Section IV.2.2. To access the procurement documents and to complete and submit the SQ, the supplier will need to be registered on TfL's SAP Ariba portal. Please search for WS1283149910 when you have completed the registration. Please could you confirm your intention to participate and completed SAP Ariba registration via email to TVMSCommercial@tfl.gov.uk. Please note that TfL cannot consider any SQ submissions received after the closing date/time or received by means other than the SAP Ariba portal. Following the evaluation of SQ responses, TfL intends to shortlist 5 Bidders for the dialogue stage (If the gap between the fifth-place supplier and sixth place supplier to close, the sixth-place supplier may also be invited to participate in the ITPD stage), all of which will have the opportunity to engage in initial dialogue before submitting their initial tender response. TfL then envisages reducing the number of Bidders to 3, that will then be invited to participate in further dialogue and submit final tenders. Further instructions and guidance are included in the procurement documents.",
    "initiationType": "tender",
    "tender": {
        "id": "ICT13838",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ICT13838 - TfL Video Management System (TVMS)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "mainProcurementCategory": "goods",
        "description": "Transport for London (TfL) operates a number of surveillance camera systems in support of the services it provides across London. These are used for a variety of purposes including traffic management, traffic enforcement, incident management, security monitoring and health and safety management, and are used by numerous stakeholders, including operational control rooms, and third parties. The current Video Management System (VMS) is one of these surveillance systems and this covers the streets and road tunnels network, enabling the sharing of footage from c.1200 TfL CCTV outstation cameras and c.4000-5000 external cameras working with: o City of London Police; o Metropolitan Police; o National Highways; o London Boroughs; o Media organisations; o London Fire Brigade; and o London Ambulance Service. This Contract Notice relates to the replacement of the current VMS, with a single new cost effective, scalable, fit for purpose TfL Video Management System (TVMS). The successful TVMS supplier will be required to develop, implement, support and maintain a TVMS solution that meets TfL's requirements (TVMS Requirements). Whilst it is expected that the initial focus during the transition phase will be on streets and road tunnels, the new TVMS solution will also need to be capable of integrating with other TfL Systems and scaling to incorporate components and system interfaces from TfL bus station and river pier sites, as may be required by TfL during the life of the contract.",
        "value": {
            "amount": 30000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The TVMS supplier must deliver a TVMS which facilitates TfL user access to live video streams from TfL CCTV outstation street and Road tunnel cameras as well as video streams from external third parties (as referenced in Section II.1.4) over Television Network Protocol (TVNP) and Digital Video Network Protocol (DVNP). The new TVMS must support a number of existing legacy components, including CCTV cameras, and provide system interfaces for multiple internal operational systems consuming video and associated video data. The TVMS must also provide and accept video streams to and from third parties using suitable industry adopted protocols and standards. Additionally, it should support real-time video to web-based user interfaces so that TfL can deliver the service more easily and inexpensively to various stakeholders. The new TVMS should allow TfL to fully utilise current and future open standards within the video and security marketplace and to embrace the evolving data technology landscape to deliver efficiencies and other improvements. This will enable TfL to deliver its strategic objectives as a transport authority and provide a step change in the use of visual derived data and information. The new TVMS and supporting services should also be capable of scaling to incorporate components and system interfaces from TfL bus stations and/or river pier sites, albeit these are optional deliverables (which may relate to one or more sites per request) which TfL may require during the life of the contract. From a bus station and river pier perspective, the new TVMS solution will need to consider that TfL bus stations and river piers have limited remote access capability and separate CCTV systems with on-site video recording capability to support crime prevention and incident investigation. TfL bus station and river pier connectivity (if required during the life of the contract) will be limited to remote viewing capability and the current onsite bus station and river pier recording solutions will not be replaced. The current VMS used by TfL to monitor streets and road tunnels is hosted on-premises within the TfL estate. Due to likely TVMS data volumes and the fact that major IP networking changes are not currently in scope for the TVMS project, TfL expects to maintain this on-premises hosting approach for the TVMS and associated services. However, TfL is open to understanding alternative hosting approaches to on-premise hosting at TfL that may offer TfL operational and/or financial benefit. TfL expects that the new TVMS will be live by Spring 2026. However, TfL recognises that this may present a challenging mobilisation and transition schedule and envisages that this will form part of discussions with bidders during the dialogue. The initial contract term will be for 8 years from award and the contract will include the option for TfL to extend (on one or more occasions and each extension period will be of at least 1 year duration) up to a maximum of a further 8 years (see Section II.2.7 which references maximum contract length of 192 months). Bidders should note that the initial 8 year contract term is timed to align with the expiration of other related contracts in place with TfL and other suppliers and therefore the initial duration may be subject to change within a range of +/- 1 year during the tender process. The figure in Section II.1.5 is the estimated maximum contract value assuming the potential contract extensions are exercised and TfL requests delivery of the optional deliverables. However, TfL estimates the overall contract value may be in the range of PS20 - PS30 million, which is likely to be broken down as follows: - Initial contract term for Streets and Tunnels (PS6 - PS10 million) - Extension to all Bus Stations and River Piers during initial term (PS3 - PS5 million) - Exercise all extension periods up to maximum period of 8 years (PS11 - PS15 million) Further details in relation to the TVMS are set out in the TVMS Requirements provided as part of the procurement documents.",
                "contractPeriod": {
                    "durationInDays": 5760
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "Please see detail within the Published Supplier Selection Questionnaire via SAP Ariba."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract has an initial duration of 8 years from award (envisaged to be early 2025) with an option for TfL to extend (on one or more occasions and each extension period will be of at least 1 year duration) up to a maximum further period of 8 years. As set out in Section II.2.4, the initial duration may be subject to change within a range of +/- 1 year during the tender process in order to align with the expiry of other related TfL contracts."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32235000",
                        "description": "Closed-circuit surveillance system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34970000",
                        "description": "Traffic-monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125300",
                        "description": "Security cameras"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48100000",
                        "description": "Industry specific software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712710",
                        "description": "Traffic monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212100",
                        "description": "Industry specific software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72267000",
                        "description": "Software maintenance and repair services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "deliveryLocation": {
                    "description": "The TVMS will monitor roads, tunnels and potentially bus stations and river piers throughout London."
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://service.ariba.com/Supplier.aw/",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "secondStage": {
            "successiveReduction": true
        },
        "tenderPeriod": {
            "endDate": "2024-01-05T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "In accordance with the Public Contracts Regulations 2015, TfL will incorporate a minimum 10 calendar days standstill period from the date information on award of contract is communicated to tenderers.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-01-05T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-01-19T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2.",
                            "label": "Time limit for receipt of tenders or requests to participate"
                        }
                    }
                ],
                "description": "After due consideration TfL has decided to extend the deadline for submission of completed SQ responses, currently 5th January 2024, to 12:00 midday (GMT) on Friday 19th January. The SAP Ariba SQ event and associated Contract Notice will be updated accordingly. TfL has also decided to extend the deadline for submission of Clarification Questions on the SQ, currently 15th December 2023, to 12:00 midday (GMT) on Friday 5th January."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-Transport for London",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London",
                "id": "Transport for London",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "5 ENDEAVOUR SQUARE",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "E201JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "TVMS Commercial",
                "email": "TVMSCommercial@tfl.gov.uk",
                "url": "https://service.ariba.com/Supplier.aw/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://tfl.gov.uk",
                "buyerProfile": "http://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"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-12699",
            "name": "HM Courts and Tribunal Service",
            "identifier": {
                "legalName": "HM Courts and Tribunal Service"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-Transport for London",
        "name": "Transport for London"
    },
    "language": "en"
}