Tender

CCTV Supply and Install for Class 165 & 166

FIRST GREATER WESTERN LIMITED

This public procurement record has 2 releases in its history.

Tender

27 Aug 2025 at 07:56

Planning

16 May 2025 at 07:57

Summary of the contracting process

First Greater Western Limited is conducting a procurement process titled "CCTV Supply and Install for Class 165 & 166" in the rail passenger transport services sector. This process involves a competitive flexible procedure under the Procurement Act 2023, aiming to enhance safety by installing and renewing CCTV systems on train fleets. The procurement is at an active tender stage, requiring submissions through the Wax Digital e-procurement portal by 22nd September 2025, with all relevant tender documentation made accessible upon registration. The procurement is valued at £4 million, focusing on installation services in Wiltshire, UK, and falls under the industry categories of security equipment and surveillance systems. The initially estimated contract period spans from 2nd February 2026 to 1st February 2031.

This tender presents significant opportunities for businesses experienced in security equipment installation and those with capabilities in large-scale technical railway projects. The procurement's nature and technical demands suggest that companies with strong legal, financial, and technical credentials, particularly those compliant with specific safety and audit standards, will be well-suited to compete. Small and medium enterprises may find this a prime opportunity, particularly if equipped with a proven track record in the delivery of security technology solutions and installation services on transportation infrastructure. The contract encourages innovation, providing room for businesses to demonstrate their competence in upgrading existing systems to improve safety and operational efficiency for GWR's rail services.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

CCTV Supply and Install for Class 165 & 166

Notice Description

This procurement process is being advertised and run by First Greater Western limited on its own behalf and on behalf of the successor operator of the rail passenger transport services in respect of Great Western Railway (GWR). That successor operator will be a public sector company, is expected to be a wholly owned subsidiary of DfT OLR Holdings Limited and will be ultimately owned by the Secretary of State for Transport. The date for transfer of the current operations to the successor operator is not yet confirmed. Where the transfer is completed before contract award under this procurement process, the successor operator may elect (but will not be obliged) to carry on with this procurement process in place of GWR, by taking on the role of contracting entity from the date of completion of the transfer (with this notice and all other procurement documents to be interpreted accordingly). Where the transfer is not yet completed by the time of contract award, contractual rights may be included in the contractual arrangements to enable transfer to the successor operator. Bidders should note that this procurement process (if ongoing), or any awarded contract, may be included in a transfer scheme made by the Secretary of State under section 12 of the Railways Act 2005, or the transfer may be effected outside of, or separate from, such a scheme. If transfer takes place before the contract award the successor operator shall assume all the rights of the Client set out in this document. All references to the Client shall be deemed to refer to the successor operator for the purposes of this procurement and the successor operator shall be entitled to continue or terminate this procurement as if it was involved Registration of interest (access to documents) Please follow this link to register your interest and gain access to the tender documentation. Link: http://redirect.transaxions.com/events/gUvay Once you have registered your interest, a link to the tender will be sent via email which will enable you to submit your tender response and view the tender instructions & T&Cs. Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. The stages will be: * Stage One - Conditions of Participation (referred to as PQQ in the e-procurement portal) * Stage Two - Main ITT The evaluation will be a two-stage approach - the bidders PQQ will be evaluated first and a minimum of the three highest scoring submission will be invited to submit tender responses in Stage Two. Due to the nature and technical requirements of the contract opportunity, the Client (GWR) will be using certain mandatory Conditions of Participation with pass/fail and weighted criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: * Legal capacity * Financial capacity, and * Technical ability E-Procurement Portal: The Client is using Wax Digital (current e-procurement portal). The detail within Wax Digital applicable to this tender describes how the Procurement will be conducted, including details of the associated Procurement timetable, participation and award criteria and how to respond to this opportunity. Tenderers are strongly encouraged to read through each tab/section before preparing their submission. Tenderers are also encouraged to review all attachments published with this tender. Tenderers not allocated to this procurement already will need to contact GWR using the details within this notice to be attached and receive the full tender document set.

Planning Information

Scope As required by RIS-8250-RST Reporting High Risk Defects, GWR must ensure that their suppliers are made aware of or advise GWR of Safety Related Defects which adversely, or have the potential to, affect safety on the railway. The passenger and cab door overhaul that forms the scope of this work are safety critical in nature. The successful supplier will work with the nominated GWR project manager to satisfy the requirements of ENG 0900 00 Safety Critical Supplier Audit. This process follows the now withdrawn ACOP/EC/1003 Issue 1B code of practice. Where the Service also requires contractors to visit GWR Engineering locations, the requirements of ENG-1005-00-FT Management of Contractors and Visitors must also be followed. This procedure has standard requirements such as Risk Assessment and Method Statements, as well as detailing site-specific requirements and hazards. The work is to be undertaken at Reading Train Care Depot and Bristol St Phillips Marsh depot where doorway level access is available. As such the successful supplier will demonstrate company processes in a quality management system, ideally supported by appropriate industry accreditation such as RISAS accreditation. For the individuals completing the work evidence of health and competence to undertake this activity will be required. Welfare facilities are available at the depot for use by contractors, including food heating, changing, washing and showering. Provision of PPE, tooling and consumable items will be the supplier's responsibility. Contract Estimated contract lifetime: 5 years Estimated contract value: £4 million inc VAT Due to the competing demands within the 16X fleet into GWR the schedule will be agreed upon tender award with a start date no later than September 2026. Supplier Presentations GWR would welcome presentations from interested suppliers who have the capability and capacity to deliver the requirements above. GWR want to better understand what suppliers can offer in terms of supply, install and innovation. The presentations will take place on: 25th June 2025 and 26th June 2025 between 10am - 3pm Location: Reading Train Care Depot. Presentations will be booked in for 1.5 hours, this will be 1 hour for presentations and 30 minutes for Q&A. To request a date and time, interested suppliers should email and copy both in: Jack.Farley@gwr.com Ben.Boatman@gwr.com Site address and site sign in process will then be sent across, along with an agreed timeslot. This Notice will close on 20.06.25 at 10am.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051540
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/051427-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

51 - Installation services (except software)


CPV Codes

51110000 - Installation services of electrical equipment

51310000 - Installation services of radio, television, sound and video equipment

Notice Value(s)

Tender Value
£3,200,000 £1M-£10M
Lots Value
£3,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Aug 20256 months ago
Submission Deadline
15 Sep 2025Expired
Future Notice Date
14 Jul 2025Expired
Award Date
Not specified
Contract Period
2 Feb 2026 - 1 Feb 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FIRST GREATER WESTERN LIMITED
Contact Name
Not specified
Contact Email
ben.boatman@gwr.com
Contact Phone
Not specified

Buyer Location

Locality
WILTSHIRE
Postcode
SN1 1HL
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK71 Swindon
Delivery Location
TLI London, TLK South West (England), TLK1 Gloucestershire, Wiltshire and Bristol/Bath area

Local Authority
Swindon
Electoral Ward
Central
Westminster Constituency
Swindon South

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-051540-2025-08-27T08:56:43+01:00",
    "date": "2025-08-27T08:56:43+01:00",
    "ocid": "ocds-h6vhtk-051540",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-05113733",
            "name": "FIRST GREATER WESTERN LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "05113733"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PXVG-2764-GZCQ"
                }
            ],
            "address": {
                "streetAddress": "Milford House 1 Milford Street",
                "locality": "Wiltshire",
                "postalCode": "SN1 1HL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK14"
            },
            "contactPoint": {
                "email": "Ben.Boatman@gwr.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "privateUtility",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-05113733",
        "name": "FIRST GREATER WESTERN LIMITED"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Scope As required by RIS-8250-RST Reporting High Risk Defects, GWR must ensure that their suppliers are made aware of or advise GWR of Safety Related Defects which adversely, or have the potential to, affect safety on the railway. The passenger and cab door overhaul that forms the scope of this work are safety critical in nature. The successful supplier will work with the nominated GWR project manager to satisfy the requirements of ENG 0900 00 Safety Critical Supplier Audit. This process follows the now withdrawn ACOP/EC/1003 Issue 1B code of practice. Where the Service also requires contractors to visit GWR Engineering locations, the requirements of ENG-1005-00-FT Management of Contractors and Visitors must also be followed. This procedure has standard requirements such as Risk Assessment and Method Statements, as well as detailing site-specific requirements and hazards. The work is to be undertaken at Reading Train Care Depot and Bristol St Phillips Marsh depot where doorway level access is available. As such the successful supplier will demonstrate company processes in a quality management system, ideally supported by appropriate industry accreditation such as RISAS accreditation. For the individuals completing the work evidence of health and competence to undertake this activity will be required. Welfare facilities are available at the depot for use by contractors, including food heating, changing, washing and showering. Provision of PPE, tooling and consumable items will be the supplier's responsibility. Contract Estimated contract lifetime: 5 years Estimated contract value: PS4 million inc VAT Due to the competing demands within the 16X fleet into GWR the schedule will be agreed upon tender award with a start date no later than September 2026. Supplier Presentations GWR would welcome presentations from interested suppliers who have the capability and capacity to deliver the requirements above. GWR want to better understand what suppliers can offer in terms of supply, install and innovation. The presentations will take place on: 25th June 2025 and 26th June 2025 between 10am - 3pm Location: Reading Train Care Depot. Presentations will be booked in for 1.5 hours, this will be 1 hour for presentations and 30 minutes for Q&A. To request a date and time, interested suppliers should email and copy both in: Jack.Farley@gwr.com Ben.Boatman@gwr.com Site address and site sign in process will then be sent across, along with an agreed timeslot. This Notice will close on 20.06.25 at 10am.",
                "dueDate": "2025-06-20T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "022012-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/022012-2025",
                "datePublished": "2025-05-16T08:57:02+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-051540",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "CCTV Supply and Install for Class 165 & 166",
        "description": "This procurement process is being advertised and run by First Greater Western limited on its own behalf and on behalf of the successor operator of the rail passenger transport services in respect of Great Western Railway (GWR). That successor operator will be a public sector company, is expected to be a wholly owned subsidiary of DfT OLR Holdings Limited and will be ultimately owned by the Secretary of State for Transport. The date for transfer of the current operations to the successor operator is not yet confirmed. Where the transfer is completed before contract award under this procurement process, the successor operator may elect (but will not be obliged) to carry on with this procurement process in place of GWR, by taking on the role of contracting entity from the date of completion of the transfer (with this notice and all other procurement documents to be interpreted accordingly). Where the transfer is not yet completed by the time of contract award, contractual rights may be included in the contractual arrangements to enable transfer to the successor operator. Bidders should note that this procurement process (if ongoing), or any awarded contract, may be included in a transfer scheme made by the Secretary of State under section 12 of the Railways Act 2005, or the transfer may be effected outside of, or separate from, such a scheme. If transfer takes place before the contract award the successor operator shall assume all the rights of the Client set out in this document. All references to the Client shall be deemed to refer to the successor operator for the purposes of this procurement and the successor operator shall be entitled to continue or terminate this procurement as if it was involved Registration of interest (access to documents) Please follow this link to register your interest and gain access to the tender documentation. Link: http://redirect.transaxions.com/events/gUvay Once you have registered your interest, a link to the tender will be sent via email which will enable you to submit your tender response and view the tender instructions & T&Cs. Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. The stages will be: * Stage One - Conditions of Participation (referred to as PQQ in the e-procurement portal) * Stage Two - Main ITT The evaluation will be a two-stage approach - the bidders PQQ will be evaluated first and a minimum of the three highest scoring submission will be invited to submit tender responses in Stage Two. Due to the nature and technical requirements of the contract opportunity, the Client (GWR) will be using certain mandatory Conditions of Participation with pass/fail and weighted criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: * Legal capacity * Financial capacity, and * Technical ability E-Procurement Portal: The Client is using Wax Digital (current e-procurement portal). The detail within Wax Digital applicable to this tender describes how the Procurement will be conducted, including details of the associated Procurement timetable, participation and award criteria and how to respond to this opportunity. Tenderers are strongly encouraged to read through each tab/section before preparing their submission. Tenderers are also encouraged to review all attachments published with this tender. Tenderers not allocated to this procurement already will need to contact GWR using the details within this notice to be attached and receive the full tender document set.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "51110000",
                        "description": "Installation services of electrical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51310000",
                        "description": "Installation services of radio, television, sound and video equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 4000000,
            "currency": "GBP",
            "amount": 3200000
        },
        "mainProcurementCategory": "services",
        "additionalProcurementCategories": [
            "works"
        ],
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-02T00:00:00Z",
                    "endDate": "2031-02-01T23:59:59Z"
                },
                "status": "active",
                "value": {
                    "amountGross": 4000000,
                    "amount": 3200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Conditions of Participation (Stage One)",
                            "description": "The Conditions of Participation stage will have both Pass/Fail criteria and percentage weighted criteria. The scoring criteria is detailed in the e-procurement portal for bidders to review. A minimum of the three highest scoring tenderers from Stage One will be invited to Stage Two. In Stage Two, the criteria will be 55% for Quality 5% acceptance of T&Cs 40% Price",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "A minimum of the three highest scoring tenderers will be invited to Stage Two of this procurement.",
                            "forReduction": true
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-14T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Procedure: This Procurement is being conducted in accordance with the Procurement Act 2023 using the Competitive Flexible Procedure. The stages will be: * Stage One - Conditions of Participation (referred to as PQQ in the e-procurement portal) * Stage Two - Main ITT The evaluation will be a two-stage approach - the bidders PQQ will be evaluated first and a minimum of the three highest scoring submission will be invited to submit tender responses in Stage Two. Due to the nature and technical requirements of the contract opportunity, the Client (GWR) will be using certain mandatory Conditions of Participation with pass/fail and weighted criteria that all Tenderers must pass in order for their tender submission to be accepted and evaluated. These Conditions of Participation will relate to: * Legal capacity * Financial capacity, and * Technical ability"
        },
        "submissionMethodDetails": "https://success.medius.com/documentation/source-to-contract/user_guide/sourcing/suppliers_guide/ Submissions will be made through GWRs e-procurement portal Wax Digital. Details provided when bidder registers an interest.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-09-22T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-09-15T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-13T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "http://redirect.transaxions.com/events/Z0AUa"
            },
            {
                "id": "L-2",
                "documentType": "biddingDocuments",
                "description": "Registration of interest (access to documents) Please follow the link to register your interest and gain access to the tender documentation. Once you have registered your interest, a link to the tender stage will be sent via email which will enable you to submit your tender stage response and view the tender instructions, specification & T&Cs.",
                "url": "http://redirect.transaxions.com/events/Z0AUa"
            },
            {
                "id": "051427-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/051427-2025",
                "datePublished": "2025-08-27T08:56:43+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}