Tender

Security Systems Maintenance

BANK OF ENGLAND

This public procurement record has 3 releases in its history.

TenderUpdate

04 Mar 2026 at 16:34

Tender

04 Mar 2026 at 16:12

Planning

16 Dec 2025 at 11:02

Summary of the contracting process

The Bank of England is actively seeking providers for a contract centred on the maintenance of security systems across the United Kingdom, with a focus on their sites situated in London and the expanding Leeds area. The contract titled "Security Systems Maintenance" falls under the services category and is currently in the tender stage. The procurement method being employed is an open procedure, inviting interested parties to submit comprehensive tender responses via the Bank's procurement portal. The current stage is tender update, with submissions needing to be completed by 9th April 2026. Previously announced activities include supplier briefings and site visits on 10th March 2026, aimed at detailing the requirements further. This initiative will span an initial three-year period starting from 1st September 2026, with the potential to extend for two additional years, totalling an estimated value of £4,000,000 inclusive of VAT.

This tender offers significant opportunities for businesses specialising in security systems and surveillance equipment maintenance. It is a promising avenue for Small and Medium Enterprises (SMEs), particularly those possessing certifications like HID Advantage Partner, Software House C-Cure 9000 Enterprise Level, and NSI Gold accreditation. Providers proficient in ensuring compliance with rigorous standards, offering reactive as well as planned maintenance services, will find this tender beneficial for growth. The contract emphasises not only routine servicing and reactive fixes but also strategic continuous improvement and training, thus fostering long-term business partnerships. The procurement is open for submissions in English and carries a strong emphasis on technical capabilities, financial health, and adherence to high organisational standards, aligning with relevant industry security protocols.

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

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

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

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

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-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"
}