Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
TVMS Commercial
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
Transport for London
Internet address(es)
Main address
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://service.ariba.com/Supplier.aw/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://service.ariba.com/Supplier.aw/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ICT13838 - TfL Video Management System (TVMS)
Reference number
ICT13838
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Transport for London (TfL) operates a number of surveillance camera systems in support of the services it provides across London. These are used for a variety of purposes including traffic management, traffic enforcement, incident management, security monitoring and health and safety management, and are used by numerous stakeholders, including operational control rooms, and third parties. The current Video Management System (VMS) is one of these surveillance systems and this covers the streets and road tunnels network, enabling the sharing of footage from c.1200 TfL CCTV outstation cameras and c.4000-5000 external cameras working with:
o City of London Police;
o Metropolitan Police;
o National Highways;
o London Boroughs;
o Media organisations;
o London Fire Brigade; and
o London Ambulance Service.
This Contract Notice relates to the replacement of the current VMS, with a single new cost effective, scalable, fit for purpose TfL Video Management System (TVMS). The successful TVMS supplier will be required to develop, implement, support and maintain a TVMS solution that meets TfL's requirements (TVMS Requirements). Whilst it is expected that the initial focus during the transition phase will be on streets and road tunnels, the new TVMS solution will also need to be capable of integrating with other TfL Systems and scaling to incorporate components and system interfaces from TfL bus station and river pier sites, as may be required by TfL during the life of the contract.
two.1.5) Estimated total value
Value excluding VAT: £30,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32235000 - Closed-circuit surveillance system
- 34970000 - Traffic-monitoring equipment
- 35125300 - Security cameras
- 48100000 - Industry specific software package
- 63712710 - Traffic monitoring services
- 72212100 - Industry specific software development services
- 72222300 - Information technology services
- 72267000 - Software maintenance and repair services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
The TVMS will monitor roads, tunnels and potentially bus stations and river piers throughout London.
two.2.4) Description of the procurement
The TVMS supplier must deliver a TVMS which facilitates TfL user access to live video streams from TfL CCTV outstation street and Road tunnel cameras as well as video streams from external third parties (as referenced in Section II.1.4) over Television Network Protocol (TVNP) and Digital Video Network Protocol (DVNP).
The new TVMS must support a number of existing legacy components, including CCTV cameras, and provide system interfaces for multiple internal operational systems consuming video and associated video data. The TVMS must also provide and accept video streams to and from third parties using suitable industry adopted protocols and standards. Additionally, it should support real-time video to web-based user interfaces so that TfL can deliver the service more easily and inexpensively to various stakeholders.
The new TVMS should allow TfL to fully utilise current and future open standards within the video and security marketplace and to embrace the evolving data technology landscape to deliver efficiencies and other improvements. This will enable TfL to deliver its strategic objectives as a transport authority and provide a step change in the use of visual derived data and information. The new TVMS and supporting services should also be capable of scaling to incorporate components and system interfaces from TfL bus stations and/or river pier sites, albeit these are optional deliverables (which may relate to one or more sites per request) which TfL may require during the life of the contract.
From a bus station and river pier perspective, the new TVMS solution will need to consider that TfL bus stations and river piers have limited remote access capability and separate CCTV systems with on-site video recording capability to support crime prevention and incident investigation. TfL bus station and river pier connectivity (if required during the life of the contract) will be limited to remote viewing capability and the current onsite bus station and river pier recording solutions will not be replaced.
The current VMS used by TfL to monitor streets and road tunnels is hosted on-premises within the TfL estate. Due to likely TVMS data volumes and the fact that major IP networking changes are not currently in scope for the TVMS project, TfL expects to maintain this on-premises hosting approach for the TVMS and associated services. However, TfL is open to understanding alternative hosting approaches to on-premise hosting at TfL that may offer TfL operational and/or financial benefit.
TfL expects that the new TVMS will be live by Spring 2026. However, TfL recognises that this may present a challenging mobilisation and transition schedule and envisages that this will form part of discussions with bidders during the dialogue.
The initial contract term will be for 8 years from award and the contract will include the option for TfL to extend (on one or more occasions and each extension period will be of at least 1 year duration) up to a maximum of a further 8 years (see Section II.2.7 which references maximum contract length of 192 months). Bidders should note that the initial 8 year contract term is timed to align with the expiration of other related contracts in place with TfL and other suppliers and therefore the initial duration may be subject to change within a range of +/- 1 year during the tender process.
The figure in Section II.1.5 is the estimated maximum contract value assuming the potential contract extensions are exercised and TfL requests delivery of the optional deliverables. However, TfL estimates the overall contract value may be in the range of £20 - £30 million, which is likely to be broken down as follows:
- Initial contract term for Streets and Tunnels (£6 - £10 million)
- Extension to all Bus Stations and River Piers during initial term (£3 - £5 million)
- Exercise all extension periods up to maximum period of 8 years (£11 - £15 million)
Further details in relation to the TVMS are set out in the TVMS Requirements provided as part of the procurement documents.
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
192
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Please see detail within the Published Supplier Selection Questionnaire via SAP Ariba.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract has an initial duration of 8 years from award (envisaged to be early 2025) with an option for TfL to extend (on one or more occasions and each extension period will be of at least 1 year duration) up to a maximum further period of 8 years. As set out in Section II.2.4, the initial duration may be subject to change within a range of +/- 1 year during the tender process in order to align with the expiry of other related TfL contracts.
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
Competitive dialogue
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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
5 January 2024
Local time
12:00pm
Changed to:
Date
19 January 2024
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
With reference to Section IV:2.1 previously published Prior Information Notice can be found with the following link: https://www.findtender (https://www.findtender).
service.gov.uk/Notice/027796-2023 (https://service.gov.uk/Notice/027796-2023) .
TfL operates as a functional body of the Greater London Authority under the direction of the Mayor of London.
TfL reserves the right to withdraw from the procurement process and may award the contract in whole, in part or not at all as a result of this call for competition. TfL shall not be liable for any costs or expenses incurred by any organisation in considering and/or responding to the procurement process.
Tenders and supporting documents must be priced in pounds sterling and all payments made under the contract(s) will be in pounds sterling, unless otherwise advised.
In relation to this contract opportunity, the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("the TUPE Regulations") may apply to the transfer of the provision of the TVMS related services to the Supplier. Schedule 9.1 (Staff Transfer) of the TVMS Contract sets out details of the employment and pensions provisions which apply to the Services. Accordingly, a small number of staff engaged by the current service provider (and its sub-contractors) may transfer to the Supplier under the TUPE Regulations.
This tender process will be undertaken using the Competitive Dialogue procedure. In order to request to participate in this contract opportunity, interested organisations must complete and submit the SQ prior to the deadline in Section IV.2.2.
To access the procurement documents and to complete and submit the SQ, the supplier will need to be registered on TfL's SAP Ariba portal. Please search for WS1283149910 when you have completed the registration. Please could you confirm your intention to participate and completed SAP Ariba registration via email to TVMSCommercial@tfl.gov.uk.
Please note that TfL cannot consider any SQ submissions received after the closing date/time or received by means other than the SAP Ariba portal.
Following the evaluation of SQ responses, TfL intends to shortlist 5 Bidders for the dialogue stage (If the gap between the fifth-place supplier and sixth place supplier to close, the sixth-place supplier may also be invited to participate in the ITPD stage), all of which will have the opportunity to engage in initial dialogue before submitting their initial tender response. TfL then envisages reducing the number of Bidders to 3, that will then be invited to participate in further dialogue and submit final tenders.
Further instructions and guidance are included in the procurement documents.
six.4) Procedures for review
six.4.1) Review body
HM Courts and Tribunal Service
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with the Public Contracts Regulations 2015, TfL will incorporate a minimum 10 calendar days standstill period from the date information on award of contract is communicated to tenderers.