Contract notice
Section I: Contracting
authority
I.1) Name and addresses
LONDON COUNCILS
59 1/2 Southwark Street
LONDON
SE10AL
UK
Contact person: Kalpini Dave
Telephone: +44 2034517
E-mail: Kalpini.Dave@londoncouncils.gov.uk
NUTS: UKI44
Internet address(es)
Main address: https://www.londoncouncils.gov.uk/
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.londoncouncils.gov.uk/who-we-are/governance-and-spending/tenders-and-expressions-interest
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other: Local Authority Joint Committee
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PROVISION OF AUTOMATIC NUMBER PLATE RECOGNITION FOR LONDON LORRY CONTROL SCHEME
Reference number: LCTM_LLCS022023
II.1.2) Main CPV code
35120000
II.1.3) Type of contract
Supplies
II.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.
II.1.5) Estimated total value
Value excluding VAT:
150 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32234000
32235000
32323500
35120000
51000000
98351110
II.2.3) Place of performance
NUTS code:
UKI
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/07/2024
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
25/07/2024
Local time: 13:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
London Councils
59½ Southwark Street
London
SE1 0AL
UK
Telephone: +44 7702339171
E-mail: kalpini.dave@londoncouncils.gov.uk
VI.5) Date of dispatch of this notice
27/06/2024