Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PROVISION OF AUTOMATIC NUMBER PLATE RECOGNITION FOR LONDON LORRY CONTROL SCHEME

  • First published: 28 June 2024
  • Last modified: 28 June 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04730a
Published by:
London Councils
Authority ID:
AA26222
Publication date:
28 June 2024
Deadline date:
25 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
32235000 Closed-circuit surveillance system Radio transmission apparatus with reception apparatus
32234000 Closed-circuit television cameras Radio transmission apparatus with reception apparatus
51000000 Installation services (except software) Other Services
98351110 Parking enforcement services Car park management services
35120000 Surveillance and security systems and devices Emergency and security equipment
32323500 Video-surveillance system Video monitors

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Kalpini.Dave@londoncouncils.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.