Notice Information
Notice Title
Security Systems Maintenance
Notice Description
Provision of maintenance services for security systems across the Banks sites for an initial 3 year period, with the option to extend for a further 2 years. The total estimated value of this contract is PS4,000,000.00 (Incl VAT) if the 2 year extension is taken. These services may take place across all of the Banks premises in the United Kingdom. The Bank is seeking a provider who can offer the following services: maintaining and supplying security equipment at various Bank premises ; ensuring that sufficient, security-cleared staff are available during core hours to handle both reactive and planned maintenance tasks; perform routine servicing and reactive fixes, sometimes outside of normal working hours, and ensure that all maintenance activities comply with the Bank's policies; provide quotations for new work, maintain an auditable record of activities, and ensure that all security systems are patched and up-to-date; and provide training to Bank staff, and keep all documentation updated and secure. Greater detail on the services and locations is included in the Statement of Requirements document. *Note: A supplier briefing and site visits are planned to be held on 10 March 2026*
Lot Information
Lot 1
Options: The Bank intends to (and reserves the right to) directly award additional or repeat services that are similar to the services supplied under the contract, which is the subject matter of this Tender Notice, in accordance with Schedule 5, paragraph 8 of PA 2023.
Renewal: Two options to extend the contract for further 1-year periods
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f679
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019664-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
50 - Repair and maintenance services
-
- CPV Codes
35120000 - Surveillance and security systems and devices
50610000 - Repair and maintenance services of security equipment
Notice Value(s)
- Tender Value
- £3,333,333 £1M-£10M
- Lots Value
- £3,333,333 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Mar 20261 months ago
- Submission Deadline
- 9 Apr 2026Expired
- Future Notice Date
- 12 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 31 Aug 2026 - 30 Sep 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BANK OF ENGLAND
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- EC2R 8AH
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLE Yorkshire and The Humber, TLI London
-
- Local Authority
- City of London
- Electoral Ward
- Walbrook
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/019664-2026
4th March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/019640-2026
4th March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/083243-2025
16th December 2025 - Pipeline notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05f679-2026-03-04T16:34:58Z",
"date": "2026-03-04T16:34:58Z",
"ocid": "ocds-h6vhtk-05f679",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "083243-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/083243-2025",
"datePublished": "2025-12-16T11:02:25Z",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-COH-RC000042",
"name": "BANK OF ENGLAND",
"identifier": {
"scheme": "GB-COH",
"id": "RC000042"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRDB-1113-HPPT"
}
],
"address": {
"streetAddress": "Threadneedle Street",
"locality": "London",
"postalCode": "EC2R 8AH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "askprocurement@bankofengland.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-COH-RC000042",
"name": "BANK OF ENGLAND"
},
"tender": {
"id": "PROC/649",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Security Systems Maintenance",
"description": "Provision of maintenance services for security systems across the Banks sites for an initial 3 year period, with the option to extend for a further 2 years. The total estimated value of this contract is PS4,000,000.00 (Incl VAT) if the 2 year extension is taken. These services may take place across all of the Banks premises in the United Kingdom. The Bank is seeking a provider who can offer the following services: maintaining and supplying security equipment at various Bank premises ; ensuring that sufficient, security-cleared staff are available during core hours to handle both reactive and planned maintenance tasks; perform routine servicing and reactive fixes, sometimes outside of normal working hours, and ensure that all maintenance activities comply with the Bank's policies; provide quotations for new work, maintain an auditable record of activities, and ensure that all security systems are patched and up-to-date; and provide training to Bank staff, and keep all documentation updated and secure. Greater detail on the services and locations is included in the Statement of Requirements document. *Note: A supplier briefing and site visits are planned to be held on 10 March 2026*",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35120000",
"description": "Surveillance and security systems and devices"
},
{
"scheme": "CPV",
"id": "50610000",
"description": "Repair and maintenance services of security equipment"
}
],
"deliveryAddresses": [
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 4000000,
"amount": 3333333.34,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"additionalProcurementCategories": [
"goods"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2029-09-30T23:59:59+01:00",
"maxExtentDate": "2031-09-30T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 4000000,
"amount": 3333333.34,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Approach and Methodology - Planned Maintenance Services",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Approach and Methodology - Reactive Maintenance Services",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Approach and Methodology - Equipment Design and Supply",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Resourcing Approach",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Performance Management",
"numbers": [
{
"number": 2,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Management",
"numbers": [
{
"number": 2,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Continuous Improvement and Strategic Advice",
"numbers": [
{
"number": 1,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Approach and Methodology - Planned Maintenance Services",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Approach and Methodology - Reactive Maintenance Services",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Approach and Methodology - Equipment Design and Supply",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Resourcing Approach",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Performance Management",
"numbers": [
{
"number": 2,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Management",
"numbers": [
{
"number": 2,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Continuous Improvement and Strategic Advice",
"numbers": [
{
"number": 1,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "technical",
"description": "In summary the technical ability conditions of participation address the following: - Core supplier information - Associated persons - Debarment (including proposed sub-contractors) - Financial capacity - Insurance requirements - Data Protection - Relevant experience and contract examples - Organisational Standards - Health and safety - Modern slavery - Quality assurance - Equality and diversity - Business continuity - ESG - Bribery Act 2010 Potential suppliers should note that the following organisational qualifications or standards, or other equivalent standards that equal or exceed what has been requested are required: (a) HID Advantage Partner; (b) Software House C-Cure 9000 Enterprise Level; (c) Avigilon Platinum or Gold partner; (d) NSI Gold member; (e) Idemia Training; (f) Tyco Software House Enterprise accreditation; (g) NSI Gold accreditation."
},
{
"type": "technical",
"description": "In summary the technical ability conditions of participation address the following: - Core supplier information - Associated persons - Debarment (including proposed sub-contractors) - Financial capacity - Insurance requirements - Data Protection - Relevant experience and contract examples - Organisational Standards - Health and safety - Modern slavery - Quality assurance - Equality and diversity - Business continuity - ESG - Bribery Act 2010 Potential suppliers should note that the following organisational qualifications or standards, or other equivalent standards that equal or exceed what has been requested are required: (a) HID Advantage Partner; (b) Software House C-Cure 9000 Enterprise Level; (c) Avigilon Platinum or Gold partner; (d) NSI Gold member; (e) Idemia Training; (f) Tyco Software House Enterprise accreditation; (g) NSI Gold accreditation."
}
]
},
"renewal": {
"description": "Two options to extend the contract for further 1-year periods"
},
"hasOptions": true,
"options": {
"description": "The Bank intends to (and reserves the right to) directly award additional or repeat services that are similar to the services supplied under the contract, which is the subject matter of this Tender Notice, in accordance with Schedule 5, paragraph 8 of PA 2023."
}
}
],
"communication": {
"futureNoticeDate": "2026-01-12T23:59:59Z"
},
"status": "active",
"coveredBy": [
"GPA",
"CPTPP"
],
"submissionMethodDetails": "Submission of complete tender responses must be via the Bank's procurement portal Proactis at this address: https://supplierlive.proactisp2p.com/Account/Login",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-09T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-03-25T12:00:00Z"
},
"awardPeriod": {
"endDate": "2026-06-15T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "019640-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/019640-2026",
"datePublished": "2026-03-04T16:12:56Z",
"format": "text/html"
},
{
"id": "019664-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/019664-2026",
"datePublished": "2026-03-04T16:34:58Z",
"format": "text/html"
}
],
"riskDetails": "The Bank is expanding its Leeds presence over the next three years. In support of these changes, the Bank may require the provision of security systems maintenance services at any new site. In light of this, changes may impact the provision of services and there is a risk of modifications to the contract.",
"amendments": [
{
"id": "019664-2026",
"description": "Instructions on the requirement to enter into a Non-Disclosure Agreement to access the tender documents added. Interested suppliers should e-mail fm.contracts@bankofengland.co.uk with the reference \"PROC/649\" within the subject and confirm the signatory name and e-mail address for the Non-disclosure Agreement. This will then be issued via DocuSign."
}
]
},
"language": "en"
}