Tender

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

TRANSPORT FOR LONDON

This public procurement record has 5 releases in its history.

Tender

31 Oct 2025 at 18:40

PlanningUpdate

27 Oct 2025 at 10:13

PlanningUpdate

22 Sep 2025 at 09:07

Planning

23 May 2025 at 11:38

Planning

01 May 2025 at 15:40

Summary of the contracting process

Transport for London (TfL) is undertaking a selective procurement for the Road User Charging (RUC) Detection and Enforcement Infrastructure (D&EI) Services to support existing and future road infrastructure initiatives aligned with the Mayor's Transport Strategy for London. The procurement is currently in the tender stage, with an expression of interest deadline set for 19 December 2025. This £703.2 million contract, anticipated to end in February 2035 with possible extensions, focuses on detection and enforcement infrastructure for various charging schemes such as the Congestion Charge, Low Emission Zones, and Tunnel User Charging. The services cover a network of approximately 4,400 ANPR cameras in Greater London, ensuring accurate data processing for enforcement and traffic analysis.

This tender offers significant potential for business growth, particularly for firms specialising in closed-circuit television, data transmission equipment, ANPR camera installation, and IT services related to public road transport support. Businesses competent in electronics, infrastructure maintenance, and systems integration will find the opportunity to manage, maintain, and potentially expand the infrastructure compelling. Engaging in this contract could position a business as a key player in London's transport technology landscape and bolster its portfolio of public sector projects. The procurement process includes five stages, starting with the participation invite, and involves negotiation, allowing businesses with robust capabilities in the relevant fields to demonstrate their value and secure longstanding engagement with TfL.

How relevant is this notice?

Notice Information

Notice Title

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

Notice Description

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.

Lot Information

Lot 1

Options: Further details are provided in the procurement documentation once published.

Renewal: The Initial contract term is 8 years, with an option to extend for 6 years, and a further option to extend for an additional 6 years (maximum 20 years)

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050bc7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/070268-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

45 - Construction work

51 - Installation services (except software)

60 - Transport services (excl. Waste transport)

63 - Supporting and auxiliary transport services; travel agencies services

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

92 - Recreational, cultural and sporting services

98 - Other community, social and personal services


CPV Codes

32231000 - Closed-circuit television apparatus

32234000 - Closed-circuit television cameras

32260000 - Data-transmission equipment

45233293 - Installation of street furniture

51310000 - Installation services of radio, television, sound and video equipment

60112000 - Public road transport services

63712000 - Support services for road transport

72000000 - IT services: consulting, software development, Internet and support

92222000 - Closed circuit television services

98351110 - Parking enforcement services

Notice Value(s)

Tender Value
£586,000,000 £100M-£1B
Lots Value
£586,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Oct 20251 weeks ago
Submission Deadline
5 Dec 20254 weeks to go
Future Notice Date
31 Oct 2025Expired
Award Date
Not specified
Contract Period
1 Mar 2027 - 28 Feb 2035 Over 5 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
Contact Name
John Cole
Contact Email
rucprocurement@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-050bc7-2025-10-31T18:40:23Z",
    "date": "2025-10-31T18:40:23Z",
    "ocid": "ocds-h6vhtk-050bc7",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "018572-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018572-2025",
                "datePublished": "2025-05-01T16:40:33+01:00",
                "format": "text/html"
            },
            {
                "id": "026228-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026228-2025",
                "datePublished": "2025-05-23T12:38:54+01:00",
                "format": "text/html"
            },
            {
                "id": "058362-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/058362-2025",
                "datePublished": "2025-09-22T10:07:14+01:00",
                "format": "text/html"
            },
            {
                "id": "068430-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/068430-2025",
                "datePublished": "2025-10-27T10:13:23Z",
                "format": "text/html"
            }
        ],
        "noEngagementNoticeRationale": "YES - Market engagement has been conducted under a previous Prior Information Notice (PIN) which took place before commencement of the Procurement Act 2023. The scope and objectives of the D&EI procurement as launched by this Tender Notice has not materially changed from that which was shared with the market via the earlier PIN and early market engagement. TfL confirms that a Pre-Procurement Notice (PPN) was published on 1 May 2025 and updated in accordance with the transparency obligation set out in the Procurement Act 2023. TfL considers the publication of this PPN, along with the earlier market engagement carried out under a previous PIN, to have sufficiently fulfilled the requirement to provide early market visibility and transparency ahead of the procurement. Accordingly, the publication of a separate Preliminary Market Engagement Notice is not deemed necessary."
    },
    "parties": [
        {
            "id": "GB-PPON-PHMT-6197-NWNZ",
            "name": "Transport for London",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHMT-6197-NWNZ"
            },
            "address": {
                "streetAddress": "5 Endeavour Square",
                "locality": "London",
                "postalCode": "E20 1JN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "email": "rucprocurement@tfl.gov.uk",
                "name": "John Cole"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.tfl.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHMT-6197-NWNZ",
        "name": "Transport for London"
    },
    "tender": {
        "id": "WS2010691378",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Road User Charging (RUC) - Detection & Enforcement Infrastructure (D&EI) Services",
        "description": "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.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32231000",
                        "description": "Closed-circuit television apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32234000",
                        "description": "Closed-circuit television cameras"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32260000",
                        "description": "Data-transmission equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233293",
                        "description": "Installation of street furniture"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51310000",
                        "description": "Installation services of radio, television, sound and video equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60112000",
                        "description": "Public road transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712000",
                        "description": "Support services for road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92222000",
                        "description": "Closed circuit television services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98351110",
                        "description": "Parking enforcement services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 703200000,
            "amount": 586000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This Procurement will comprise of five stages : * Stage 1 - Participation; * Stage 2 - Invitation Stage; * Stage 3 - Initial Assessment; * Stage 4 - Negotiation; * Stage 5 - Final Tender Evaluation & Award."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "The following instructions explain TfL's e-tendering portal and provide guidance on how interested parties will be able to communicate with TfL in relation to this exercise. (1) To register or to check if you are already registered to SAP Ariba, log on to https://service.ariba.com/Supplier.aw Interested parties must read the instructions carefully before proceeding with registration. For help on using the SAP Ariba system, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training (2) Once you have registered on SAP Ariba (or are already registered), you must also register on TfL's SAP Ariba system through the following link https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL Guidance on registering is available through the following link: here https://content.tfl.gov.uk/supplier-registration.pdf (3) Upon completion of steps 1 and/or 2, interested parties must inform rucprocurement@tfl.gov.uk with the following details: * your organisation name as registered in SAP Ariba; * your applicable supplier ID associated with TfL in SAP Ariba, in the form of SM Vendor ID, ERP ID, AN ID or ACM ID; * your single point of contact registered on SAP Ariba; first name and surname; * your email address registered with SAP Ariba; and * your role in the organisation as registered with SAP Ariba; Completion of these steps will enable TfL to invite interested parties to the event in SAP Ariba to gain access to the procurement documents, allowing interested Participants to submit their PSQ submission via SAP Ariba by the deadline stated. Please contact Ariba_Supplier_Enablement@tfl.gov.uk in the first instance should you experience any problems with the portal for issues related to items 1 and 2 above. Please contact rucprocurement@tfl.gov.uk should you experience any other problems with the portal following completion of all three steps above. Further instructions and guidance are included in the PSQ and other procurement documents on SAP Ariba. Participants must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of the procurement and terms of the contract and the rules of the procurement process before submitting their tender response.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-12-19T12:00:00Z",
        "awardPeriod": {
            "endDate": "2027-01-04T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 703200000,
                    "amount": 586000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Details of the criteria, their weightings, and descriptions are contained within the procurement documentation.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Details of the criteria, their weightings, and descriptions are contained within the procurement documentation"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions are contained within the procurement documentation"
                        },
                        {
                            "type": "technical",
                            "description": "Conditions are contained within the procurement documentation"
                        },
                        {
                            "description": "Details of the criteria, their weightings, and descriptions are contained within the procurement documentation.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-03-01T00:00:00Z",
                    "endDate": "2035-02-28T23:59:59Z",
                    "maxExtentDate": "2047-02-28T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Initial contract term is 8 years, with an option to extend for 6 years, and a further option to extend for an additional 6 years (maximum 20 years)"
                },
                "hasOptions": true,
                "options": {
                    "description": "Further details are provided in the procurement documentation once published."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-31T23:59:59Z"
        },
        "amendments": [
            {
                "id": "068430-2025",
                "description": "PLEASE NOTE THE PUBLICATION OF THE TENDER NOTICE HAS BEEN UPDATED TO THE 31st OCTOBER 2025."
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "techniques": {
            "hasElectronicAuction": true
        },
        "enquiryPeriod": {
            "endDate": "2025-12-05T12:00:00Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "070268-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070268-2025",
                "datePublished": "2025-10-31T18:40:23Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}