Tender

PROVISION OF AUTOMATIC NUMBER PLATE RECOGNITION FOR LONDON LORRY CONTROL SCHEME

  • LONDON COUNCILS

F02: Contract notice

Notice identifier: 2024/S 000-019684

Procurement identifier (OCID): ocds-h6vhtk-04730a

Published 27 June 2024, 2:35pm



The closing date and time has been changed to:

8 August 2024, 1:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

LONDON COUNCILS

59 1/2 Southwark Street

LONDON

SE10AL

Contact

Kalpini Dave

Email

Kalpini.Dave@londoncouncils.gov.uk

Telephone

+44 2034517

Country

United Kingdom

Region code

UKI44 - Lewisham and Southwark

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.londoncouncils.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.londoncouncils.gov.uk/who-we-are/governance-and-spending/tenders-and-expressions-interest

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.londoncouncils.gov.uk/who-we-are/governance-and-spending/tenders-and-expressions-interest

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Local Authority Joint Committee


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PROVISION OF AUTOMATIC NUMBER PLATE RECOGNITION FOR LONDON LORRY CONTROL SCHEME

Reference number

LCTM_LLCS022023

two.1.2) Main CPV code

  • 35120000 - Surveillance and security systems and devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

1.1 London Councils invites Tenders for the provision of a hosted Automatic Number Plate Recognition (ANPR) system cameras and software to support the operation of the London Lorry Control Scheme (LLCS). This will include the installation, maintenance, possible replacement, repair and relocation of any CCTV infrastructure. This is to include the CCTV ANPR camera units, associated on street equipment, the communication lines and, the front-end digital recording and reviewing and associated equipment.

two.1.5) Estimated total value

Value excluding VAT: £150,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 32323500 - Video-surveillance system
  • 35120000 - Surveillance and security systems and devices
  • 51000000 - Installation services (except software)
  • 98351110 - Parking enforcement services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

3.1 The London Lorry Control Scheme (LLCS) controls the movement of heavy goods vehicles over 18 tonnes maximum gross weight. It is often, mistakenly, referred to as the lorry ban, but is actually a control which serves to manage the environmental impact of HGV journeys in London.

The scheme operates at night and at weekends on specific roads in London helping to minimise noise pollution.

Not all roads in London are controlled by the scheme, there is a core network of routes, usually trunk roads and similar, along which HGVs can travel at any time without needing permission to do so. These roads are known as the Ex- cluded Route Network (ERN).

Enforcement is carried out in residential areas during unsociable hours through unnecessary or unpermitted use of restricted roads. The issuing of permissions and administration of PCNs is undertaken in-house by London Councils, whereas the observation of vehicles is currently carried out on- street by a team of Enforcement Officers (EOs) under a contract with NSL (Marston Holdings).

To continue effective management of the LLCS on behalf of boroughs and TfL it is important that the enforcement of the scheme is updated and on street activities are supported by camera enforcement. This will improve the effectiveness of the scheme and improve the quality of life for London residents.

A pilot undertaken in 2020 confirmed that ANPR cameras are a suitable tool in capturing the relevant details regarding HGV movement when controls are in place, which is mainly during the hours of darkness. The successful pilot means that London Councils are looking to roll out ANPR cameras at identified hotspot enforcement locations across London. This will be a phased approach with a small number of initial cameras (three to five at specific locations - depending on cost) that will expand over time in collaboration with the supplier.

The ANPR feed will need to link with the existing and any future new CMS providing footage during the hours of the scheme that can be viewed by officers for any potential enforcement activity.

The introduction of any on street infrastructure would have to be undertaken in partnership with London Councils and the applicable highways authority, with all privacy impact assessments completed.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two extensions at twelve month increments. Total term of the contract 3 years plus 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

25 July 2024

Local time

1:00pm

Changed to:

Date

8 August 2024

Local time

1:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

25 July 2024

Local time

1:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

London Councils

59½ Southwark Street

London

SE1 0AL

Email

kalpini.dave@londoncouncils.gov.uk

Telephone

+44 7702339171

Country

United Kingdom