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 000-058362

Procurement identifier (OCID): ocds-h6vhtk-050bc7 (view related notices)

Published 1 May 2025, 4:40pm

Last edited 22 September 2025, 10:07am

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Scope

Reference

WS2010691378

Description

To support current and future road infrastructure schemes aligned with the Mayor's Transport Strategy for London, TfL plans to award a contract to a single service provider to deliver the Detection and Enforcement Infrastructure (D&EI) Services.

The primary function of the D&EI Services is to operate and maintain detection and enforcement infrastructure and technology that provides the required evidence for charging and enforcement of all Road User Charging (RUC) schemes. At the date of this Pre Procurement Notice, these schemes are:

• Congestion Charge (CC)

• Low Emission Zone (LEZ)

• Ultra-Low Emission Zone (ULEZ)

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

• Direct Vision Standards (DVS).

The D&EI Services provide high-quality images and data for vehicles passing any of the approximate 4,400 ANPR cameras stationed at locations in Greater London (the "Outstations"). Vehicle records from the roadside are processed to produce accurate and secure evidential records which are then transferred to TfL's Business Operations system and to TfL and other Connected Parties (being other parties with whom TfL shares another form of evidential records or data), which use these records to initiate payment and enforcement processes and analyse vehicle journey times.

TfL anticipates the D&EI Services will cover the following:

Outstation Systems 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 plates and to send this data to the Instation and to Connected Parties for processing.

The Outstation System comprises of a network of approximately 4,400 ANPR cameras and associated equipment, including mounting brackets, poles, cabinets, cabling and, at tunnel sites, radar detection units.

The scope of the D&EI Services includes the management, support, maintenance and repair of the Outstation Systems. The scope will include the provision of new ANPR cameras where required to replace existing units that are vandalised, stolen, beyond economic repair or end of life, and for the installation of new Outstations.

Instation Systems and Services - The primary function of the Instation System is to process data collected by the Outstations, including some validation and filtering functions. This scope of services will include the design, supply, build and installation of an Instation System. The D&EI service provider will be required to support, maintain and operate the Instation System.

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

Camera replacement programme - During the life of the contract, existing camera assets will need to be replaced from time to time. This may be carried out on an ad hoc basis or, at TfL's discretion, in accordance with a structured replacement programme. The D&EI contract will include camera replacement pricing.

Given the likelihood of policy changes and developments, evolutions and other changes to the RUC schemes over the life of the D&EI contract, TfL may require additional services which are similar to the D&EI Services to be provided, including:

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

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

• 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 September 2026 to 1 September 2034
  • Possible extension to 1 September 2046
  • 20 years, 1 day

Description of possible extension:

The Initial contract term is 8 years, with an option to extend for 6 years, and a further option to extend for an additional 6 years (maximum 20 years)

Options

The right to additional purchases while the contract is valid.

Further details are provided in the procurement documentation once published.

Main procurement category

Services

CPV classifications

  • 32234000 - Closed-circuit television cameras
  • 32260000 - Data-transmission equipment
  • 45233293 - Installation of street furniture
  • 51310000 - Installation services of radio, television, sound and video equipment
  • 60112000 - Public road transport services
  • 63712000 - Support services for road transport
  • 72000000 - IT services: consulting, software development, Internet and support
  • 92222000 - Closed circuit television services
  • 98351110 - Parking enforcement services

Contract locations

  • UKI - London

Participation

Legal and financial capacity conditions of participation

Please refer to the procurement documentation for the conditions of participation once published.

Technical ability conditions of participation

Please refer to the procurement documentation for the conditions of participation once published.


Submission

Publication date of tender notice (estimated)

7 November 2025

Submission type

Requests to participate

Deadline for requests to participate

19 December 2025, 12:00pm

Submission address and any special instructions

Tenders must be submitted via the TfL Procurement Sourcing Portal. Registration instructions are available here.

https://tfl.gov.uk/info-for/suppliers-and-contractors/become-a-tfl-supplier

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 August 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
Details of the criteria, their weightings, and descriptions are contained within the procurement documentation

Details of the criteria, their weightings, and descriptions are contained within the procurement documentation once published.

Quality

Weighting description

Details of the criteria, their weightings, and descriptions are contained within the procurement documentation once published.


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This Procurement will comprise of five stages :

• Stage 1 - Participation;

• Stage 2 - Invitation Stage;

• Stage 3 - Initial Assessment;

• Stage 4 - Negotiation;

• Stage 5 - Final Tender Evaluation & Award.


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