Section one: Contracting authority
one.1) Name and addresses
LONDON COUNCILS
59 1/2 Southwark Street
LONDON
SE10AL
Contact
Kalpini Dave
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
kalpini.dave@londoncouncils.gov.uk
Telephone
+44 7702339171
Country
United Kingdom