Notice Information
Notice Title
Detection and Enforcement Infrastructure Agreement
Notice Description
THIS IS NOT A CONTRACT DETAILS NOTICE. Transport for London (TfL) is publishing this notice in order to generate an OCID for the existing Detection and Enforcement Infrastructure Agreement, which, due to technical constraints with the Find a Tender Service platform, cannot be obtained via another route. The information set out in this notice is not, and should not be taken as, a notice of any kind under any applicable public procurement legislation. To the extent other fields in this notice have been completed, that is for information only and because they are required to be completed in order to publish the notice. They should not be relied on or treated as authoritative. In some cases, constraints within the menu of options has meant TfL has been required to populate fields that do not reflect the features of the original procurement. For example, the contract value field has been populated with PS100 (excluding VAT). This amount is a placeholder to enable submission of the form. For details of the original procurement, please refer to the OJEU contract notice published in the Office Journal of the European Union under reference 2014/S 074-128241 which is attached to this notice (see Signed contract documents (2014-OJS074-128241 CN DEI.pdf) section).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-064a26
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011087-2026
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- UK10 - Contract Change Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Direct
- Procurement Method Details
- Below threshold - without competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
92 - Recreational, cultural and sporting services
-
- CPV Codes
32234000 - Closed-circuit television cameras
92222000 - Closed circuit television services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £100 Under £100K
Notice Dates
- Publication Date
- 6 Feb 20262 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 16 Dec 201411 years ago
- Contract Period
- 16 Dec 2014 - 19 Sep 2026 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Not specified
- Contact Email
- bsfaribaadministration@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
- Not specified
-
- Local Authority
- Newham
- Electoral Ward
- Stratford Olympic Park
- Westminster Constituency
- Stratford and Bow
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/011087-2026
6th February 2026 - Contract change notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/010974-2026
6th February 2026 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-11598
Attached is the original notice as published in the Office Journal of the European Union under reference 2014/S 074-128241
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-064a26-2026-02-06T15:34:27Z",
"date": "2026-02-06T15:34:27Z",
"ocid": "ocds-h6vhtk-064a26",
"initiationType": "tender",
"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": "BSFAribaAdministration@tfl.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-13199800",
"name": "YUNEX LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "13199800"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGWD-4453-BRJJ"
}
],
"address": {
"streetAddress": "Sopers Lane",
"locality": "Poole",
"postalCode": "BH17 7ER",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK24"
},
"contactPoint": {
"email": "e-tendering@yunextraffic.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.yunextraffic.com/uk/en",
"scale": "large",
"vcse": false
}
}
],
"buyer": {
"id": "GB-PPON-PHMT-6197-NWNZ",
"name": "Transport for London"
},
"tender": {
"id": "tfl_scp_000833 / WS1611136300",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Detection and Enforcement Infrastructure Agreement",
"description": "THIS IS NOT A CONTRACT DETAILS NOTICE. Transport for London (TfL) is publishing this notice in order to generate an OCID for the existing Detection and Enforcement Infrastructure Agreement, which, due to technical constraints with the Find a Tender Service platform, cannot be obtained via another route. The information set out in this notice is not, and should not be taken as, a notice of any kind under any applicable public procurement legislation. To the extent other fields in this notice have been completed, that is for information only and because they are required to be completed in order to publish the notice. They should not be relied on or treated as authoritative. In some cases, constraints within the menu of options has meant TfL has been required to populate fields that do not reflect the features of the original procurement. For example, the contract value field has been populated with PS100 (excluding VAT). This amount is a placeholder to enable submission of the form. For details of the original procurement, please refer to the OJEU contract notice published in the Office Journal of the European Union under reference 2014/S 074-128241 which is attached to this notice (see Signed contract documents (2014-OJS074-128241 CN DEI.pdf) section).",
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Below threshold - without competition",
"lots": [
{
"id": "1",
"status": "complete"
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
]
},
"awards": [
{
"id": "1",
"status": "active",
"mainProcurementCategory": "services",
"suppliers": [
{
"id": "GB-COH-13199800",
"name": "YUNEX LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32234000",
"description": "Closed-circuit television cameras"
},
{
"scheme": "CPV",
"id": "92222000",
"description": "Closed circuit television services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"title": "Detection and Enforcement Infrastructure Agreement",
"status": "active",
"period": {
"startDate": "2014-12-16T00:00:00Z",
"endDate": "2026-09-19T23:59:59+01:00"
},
"value": {
"amountGross": 120,
"amount": 100,
"currency": "GBP"
},
"aboveThreshold": false,
"dateSigned": "2014-12-16T00:00:00Z",
"documents": [
{
"id": "A-11598",
"documentType": "contractSigned",
"description": "Attached is the original notice as published in the Office Journal of the European Union under reference 2014/S 074-128241",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11598",
"format": "application/pdf"
},
{
"id": "010974-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010974-2026",
"datePublished": "2026-02-06T13:54:55Z",
"format": "text/html"
},
{
"id": "011087-2026",
"documentType": "contractNotice",
"noticeType": "UK10",
"description": "Contract change notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/011087-2026",
"datePublished": "2026-02-06T15:34:27Z",
"format": "text/html"
}
],
"proposedAmendments": [
{
"id": "011087-2026",
"date": "2026-03-09T23:59:59Z",
"standstill": false,
"rationale": "The services provided under the D&EI agreement (\"Agreement\") are a critical part of the Greater London Road User Charging (RUC) schemes operated by Transport for London (TfL). These RUC schemes are focused on the improvement of air quality, tackling congestion and improving safety on London's roads. Following a 2014 competitive process under the Public Contracts Regulations 2006, TfL awarded the Agreement to Siemens Plc. The Agreement was novated from Siemens Plc to Siemens Mobility Limited in 2018 and then Yunex Limited (\"Yunex\") in 2023 when Siemens divested the business unit which provided the services. The Agreement has been varied previously under the Public Contracts Regulations 2015. TfL has commenced a procurement for the replacement of the Agreement ([add link to relevant notice]) (\"Procurement\"). Until TfL concludes the Procurement and a replacement supplier is ready to take on the D&EI services, TfL intends to extend the Agreement, which TfL considers is permissible under s.74 Procurement Act 2023 (PA) on the basis of the permitted ground at para 8 of Schedule 8 to PA as further described below. The proposed changes to the Agreement will extend the term of the Agreement from a current expiry of 20 September 2026 for up to another 3 years (i.e. to 19 September 2029). TfL does not intend to change other Agreement terms except as required to maintain the commercial and economic balance of the Agreement over the extended period (eg through indexation). The proposed modification will not change the overall nature of the Agreement. Application of para 8 of Sch 8 PA TfL considers it is permitted to modify the Agreement under para 8(1) of Sch 8 of PA because the proposed modification meets all four limbs of the test set out therein. Limb A of the test is met because the modification will maintain the current business-as-usual service scope with no material variations to the Agreement other than those needed to effect the extension. Limb B is met because there would be compatibility problems as between the existing camera assets and systems (designed and supplied by Yunex) and any alternatives if a supplier other than Yunex were awarded a contract instead of the proposed extension. Limb C(i) is met because those compatibility problems would lead to disproportionate technical difficulties and other significant inconveniences, namely: * a new supplier would need to develop a new instation system that interfaced with the existing camera network, which would take c.18-24 months, leaving a service gap of c.22-28 months during the proposed extension. This work could not be completed before September 2026 * alternatively, replacement of the existing camera network (which may allow a supplier to use an existing instation system) would require replacement of c.3,800 cameras, which taking into account manufacturing timescales would take more than 12 months * the introduction of entirely new systems and cameras would introduce risks that would take more time to test and assure (across engineering, operations, cyber and safety) than available against the Agreement's current expiry date * any service gap arising from the above activities would affect TfL's ability to collect fees for the RUC schemes, affect the carrying out of TfL's statutory duties in relation to road traffic management, and have knock-on impacts on other contracts. Limb C(ii) is met because TfL would be incur substantial duplicate costs. Replacing either the instation system or the camera assets would result in significant capital expenditure, which TfL would incur again on completion of the Procurement. TfL would also be duplicating other procurement costs, as it would be carrying out simultaneous procurements (one for short extension (probably on a direct award basis) plus the Procurement) for very little, if any, time saving, while still not avoiding a service gap that would jeopardise TfL's ability to carry out its statutory duties and operate the RUC schemes. Limb D is met because the proposed modification does not increase the estimated value of the Agreement by >50% (the before modification value in this notice links to the UK7 notice (published as a below-threshold notice) which was used for administrative purposes to generate an OCID and does not reflect the Agreement's actual pre-modification value).",
"rationaleClassifications": [
{
"id": "additionalGoodsServicesWorks"
}
],
"period": {
"startDate": "2026-09-20T00:00:00+01:00",
"endDate": "2028-09-19T23:59:59+01:00",
"maxExtentDate": "2029-09-19T23:59:59+01:00"
},
"hasRenewal": true,
"value": {
"amountGross": 316632000,
"amount": 263860000,
"currency": "GBP"
},
"aboveThreshold": true
}
]
}
],
"language": "en"
}