Award

Station Information and Security Systems

FIRST GREATER WESTERN LIMITED

This public procurement record has 2 releases in its history.

Award

11 May 2026 at 16:24

Tender

13 Jan 2026 at 09:42

Summary of the contracting process

The public procurement process led by First Greater Western Limited for the "Station Information and Security Systems" contract has reached its award stage as of 11th May 2026. This procurement process, initiated through an open procedure in the utilities sector, involves services such as maintenance and support for SISS assets, including CCTV, public address systems, and customer information systems across GWR's network. The project, valued at approximately £8,500,000, spans locations in regions UKK and UKL within the United Kingdom. Contracts will run initially for three years with potential extensions up to two additional years, depending on supplier performance. The contract is set to commence on 26th June 2026 and conclude by 31st August 2029, with the potential for extension until August 2031.

This procurement presents significant opportunities for businesses, particularly those specialising in closed-circuit television services, public address systems, and related maintenance and reporting activities, to expand their portfolios and market presence. The successful supplier, Trans Data Management Ltd, is expected to provide comprehensive, compliant service offerings aligned with industry standards, including ISO55001 principles. This opportunity is ideally suited for businesses with expertise in integrated maintenance regimes for SISS assets, leveraging technical and professional capabilities to enhance public transit infrastructure. SMEs offering technological solutions to ensure seamless functioning and integration of transit information systems stand to benefit substantially from involvement in this substantial contract.

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

Notice Title

Station Information and Security Systems

Notice Description

this provision is for SISS maintenance (preventative and corrective) at all leased premises on the GWR network, alongside associated activities such as reporting and provision of a customer help desk - together the "Support Services". This will include, but is not limited to: closed-circuit television (CCTV) customer information systems public address systems and passenger help points. GWR are looking to implement a maintenance and repair regime to ensure the SISS assets are maintained in accordance with relevant standards and are repaired by suitably qualified engineers to ensure they achieve their expected lifecycle. This will ensure that all SISS assets are working seamlessly and fully integrated to ensure that there is an ongoing availability of the overall systems to the Customer. CCTV surveillance systems will be fully operational for the purpose of crime prevention, security, and public safety whilst the customer information and public address systems will be available to ensure our customers always receive real-time information. GWR leased premises have a mixture of SISS assets consisting of CCTV, CIS, PA and PHPs. The provider shall ensure these assets are maintained in line with relevant Network Rail and Industry Standards along with GWR requirements, ensuring that sufficient contract management resources are employed. The provider will provide CCTV download activity which will include attending our leased premises on request and extracting CCTV footage in line with GWR procedures and other relevant legislation. There may also be opportunities to provide asset renewal services at our leased premises. The service provider will be responsible for providing a service which aligns itself to the ISO55001 principles. A new asset verification exercise will be required at the start of the new contract. Responsibility for the upkeep of this asset database forms part of this contract. Within our NRC requirements, there is a Service Quality Excellence (SQE) regime, which GWR have been incorporated into the SLA and KPIs. The contract will be an initial term of 3 years with an option for a 1 + 1 year extension. The estimated value of this procurement over the full 5 year period is in the region of PS8,500,000.

Lot Information

Lot 1

Renewal: Contract can be extended based on company performance

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06043c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/043222-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

92 - Recreational, cultural and sporting services


CPV Codes

32234000 - Closed-circuit television cameras

92222000 - Closed circuit television services

Notice Value(s)

Tender Value
£8,500,000 £1M-£10M
Lots Value
£8,500,000 £1M-£10M
Awards Value
£850,000 £500K-£1M
Contracts Value
Not specified

Notice Dates

Publication Date
11 May 20263 days ago
Submission Deadline
20 Feb 2026Expired
Future Notice Date
Not specified
Award Date
5 May 20261 weeks ago
Contract Period
25 Jun 2026 - 31 Aug 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FIRST GREATER WESTERN LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLK South West (England), TLL Wales

Local Authority
Swindon
Electoral Ward
Central
Westminster Constituency
Swindon South

Supplier Information

Number of Suppliers
1
Supplier Name

TRANS DATA MANAGEMENT

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-06043c-2026-05-11T17:24:17+01:00",
    "date": "2026-05-11T17:24:17+01:00",
    "ocid": "ocds-h6vhtk-06043c",
    "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": {
                "name": "Dave Bartlett",
                "email": "procurement@gwr.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-04121189",
            "name": "TRANS DATA MANAGEMENT LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04121189"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PDGD-1273-XCCN"
                }
            ],
            "address": {
                "streetAddress": "12 Raleigh Court",
                "locality": "Crawley",
                "postalCode": "RH10 9PD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ28"
            },
            "contactPoint": {
                "email": "info@trans-data.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://trans-data.com",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-05113733",
        "name": "FIRST GREATER WESTERN LIMITED"
    },
    "tender": {
        "id": "FX1343",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Station Information and Security Systems",
        "description": "this provision is for SISS maintenance (preventative and corrective) at all leased premises on the GWR network, alongside associated activities such as reporting and provision of a customer help desk - together the \"Support Services\". This will include, but is not limited to: closed-circuit television (CCTV) customer information systems public address systems and passenger help points. GWR are looking to implement a maintenance and repair regime to ensure the SISS assets are maintained in accordance with relevant standards and are repaired by suitably qualified engineers to ensure they achieve their expected lifecycle. This will ensure that all SISS assets are working seamlessly and fully integrated to ensure that there is an ongoing availability of the overall systems to the Customer. CCTV surveillance systems will be fully operational for the purpose of crime prevention, security, and public safety whilst the customer information and public address systems will be available to ensure our customers always receive real-time information. GWR leased premises have a mixture of SISS assets consisting of CCTV, CIS, PA and PHPs. The provider shall ensure these assets are maintained in line with relevant Network Rail and Industry Standards along with GWR requirements, ensuring that sufficient contract management resources are employed. The provider will provide CCTV download activity which will include attending our leased premises on request and extracting CCTV footage in line with GWR procedures and other relevant legislation. There may also be opportunities to provide asset renewal services at our leased premises. The service provider will be responsible for providing a service which aligns itself to the ISO55001 principles. A new asset verification exercise will be required at the start of the new contract. Responsibility for the upkeep of this asset database forms part of this contract. Within our NRC requirements, there is a Service Quality Excellence (SQE) regime, which GWR have been incorporated into the SLA and KPIs. The contract will be an initial term of 3 years with an option for a 1 + 1 year extension. The estimated value of this procurement over the full 5 year period is in the region of PS8,500,000.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32234000",
                        "description": "Closed-circuit television cameras"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92222000",
                        "description": "Closed circuit television services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 10200000,
            "amount": 8500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://s2c-uk62.waxdigital.com/FirstGroupPlc/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=5058&Culture=en-GB",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-20T23:59:59Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-17T23:59:59Z"
        },
        "awardPeriod": {
            "endDate": "2026-06-26T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 10200000,
                    "amount": 8500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical and Professional",
                            "description": "Questions relating to technical and Professional capability",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Contract Terms and Conditions",
                            "description": "Acceptance of draft contract",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Commercial evaluation based on pricing submission",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-06-26T00:00:00+01:00",
                    "endDate": "2029-06-25T23:59:59+01:00",
                    "maxExtentDate": "2031-06-25T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract can be extended based on company performance"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "002496-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/002496-2026",
                "datePublished": "2026-01-13T09:42:07Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "title": "Station Information and security systems",
            "status": "pending",
            "date": "2026-05-06T00:00:00+01:00",
            "value": {
                "amountGross": 1020000,
                "amount": 850000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-04121189",
                    "name": "TRANS DATA MANAGEMENT LTD"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "32234000",
                            "description": "Closed-circuit television cameras"
                        },
                        {
                            "scheme": "CPV",
                            "id": "92222000",
                            "description": "Closed circuit television services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKL",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-05-20T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2026-06-26T00:00:00+01:00",
                "endDate": "2029-08-31T23:59:59+01:00",
                "maxExtentDate": "2031-08-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Extensions are based on a 1 year plus 1 year extension up to a maximum of 2 years, based on supplier performance and delivery of contract to scope"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "043222-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/043222-2026",
                    "datePublished": "2026-05-11T17:24:17+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-05-11T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-06-26T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}