Planning

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

  • Transport for London

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-018572

Procurement identifier (OCID): ocds-h6vhtk-050bc7

Published 1 May 2025, 4:40pm



Scope

Reference

WS2010691378

Description

Planned Procurement Notice Contract Description

Transport for London's (TfL) objective is to award a contract to a single Service Provider to deliver the Detection and Enforcement Infrastructure (D&EI) Services. The D&EI services help deliver the Road User Charging (RUC) schemes integrity and specifically the current and future contract(s) delivering the Business and Enforcement Operations Service.

The primary function of the D&EI service is to provide the required evidence for charging and enforcement of all RUC schemes. These schemes are as follows:

• Congestion Charge (CC)

• Low Emission Zone (LEZ)

• Ultra-Low Emission Zone (ULEZ)

• Tunnel User Charging (TUC) (Silvertown Blackwall Tunnels); and

• Direct Vision Standards (DVS).

The D&EI services provide high-quality images and data for vehicles passing any of the 4,500 ANPR cameras (Outstations). These are processed to produce accurate and secure records which are then transferred to the Business Operations system and Connected Parties, providing data to initiate the payment and enforcement processes.

TfL anticipates the new D&EI contract will include the following services:

• Outstation Equipment 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 numbers and send the data to the Instation and supporting services for processing.

The Outstation System comprises a network of approximately 4,500 ANPR cameras and associated equipment, including mounting brackets, poles, cabinets, cabling, ANPR cameras, and at tunnel sites - radar detection units. The interface documentation for current Outstations will be provided to support management of the Outstations. This documentation will be made available to those invited to the negotiation phase of this procurement, if TfL decide a negotiation stage is required.

The scope of the D&EI services includes management, support, maintenance and repair of the Outstation Systems throughout the term of the D&EI contract. The scope will include the provision of new ANPR cameras where required to replace existing units that are beyond economic repair or end of life.

Instation Equipment and services -The primary function of the Instation equipment is to process data collected by the Outstation including some validation and filtering functions. This will include the supply, build and installation of the Instation equipment, and the support, maintenance, and operation of the Instation equipment throughout the term of the D&EI contract.

The Instation system will also be used for centralised management, configuration and monitoring of Outstations, as well installing required Outstation firmware / software updates.

Technical Refresh - The D&EI contract will include a mechanism for TfL to optionally elect to carry out a technical refresh of Outstation Equipment (including ANPR cameras) prior to any extension of the D&EI contract beyond the proposed initial term.

TfL may require additional services which are the same as, or substantially similar to, the D&EI services to be provided, including:

• amendments to the D&EI service and systems to support any changes or extensions to the operation of the charging schemes.

• amendments to the D&EI service and systems to support new charging methods.

• refresh of the D&EI systems.

• 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.

Total value (estimated)

  • £586,000,000 excluding VAT
  • £703,200,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 December 2026 to 1 December 2034
  • Possible extension to 1 June 2046
  • 19 years, 6 months, 1 day

Description of possible extension:

The Initial contract term is 8 years, with an option to extend by 6 years, followed by the option to extend for a further 6 years.

Options

The right to additional purchases while the contract is valid.

Further details will be provided within the procurement documentation.

Main procurement category

Services

CPV classifications

  • 60112000 - Public road transport services
  • 63712000 - Support services for road transport
  • 72000000 - IT services: consulting, software development, Internet and support
  • 98351110 - Parking enforcement services

Contract locations

  • UKI - London

Participation

Legal and financial capacity conditions of participation

Please see the conditions of participation which are contained within the procurement documentation.

Technical ability conditions of participation

Please see the conditions of participation which are contained within the procurement documentation.


Submission

Publication date of tender notice (estimated)

18 June 2025

Submission type

Requests to participate

Deadline for requests to participate

4 August 2025, 11:59pm

Submission address and any special instructions

Tenders are to be submitted to the TfL procurement sourcing portal.

Link to TfL procurement sourcing portal: https://lucpd.bravosolution.co.uk/web/login.html

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 October 2026


Award criteria

This table displays the award criteria of the lot
Name Type
Price is not the only award criterion and all criteria are stated only in the procurement documentation Price

Weighting description

Details on the criteria to be used will be provided within the procurement documentation.


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Further details will be provided within procurement documentation.


Contracting authority

Transport for London

  • Public Procurement Organisation Number: PHMT-6197-NWNZ

5 Endeavour Square

London

E20 1JN

United Kingdom

Region: UKI41 - Hackney and Newham

Organisation type: Public authority - central government