Tender

Station Information and Security Systems

FIRST GREATER WESTERN LIMITED

This public procurement record has 1 release in its history.

Tender

13 Jan 2026 at 09:42

Summary of the contracting process

First Greater Western Limited is undertaking a public procurement process for the provision of Station Information and Security Systems (SISS) maintenance services at their leased premises on the Great Western Railway network. This procurement falls under the utilities special regime, with the primary focus on services related to closed-circuit television cameras, customer information, public address systems, and passenger help points. Key details include an open procurement method with a tender period ending on 20 February 2026. The initial contract term is three years, with possible extensions, boasting an estimated total value of £8.5 million over five years. The procurement is currently in the tender stage, with the enquiry period closing on 17 February 2026, and the contract award anticipated by 26 June 2026.

This tender presents significant opportunities for businesses involved in security systems and maintenance services, especially those adhering to the ISO55001 standards. Companies specialising in CCTV, customer information systems, and public address system maintenance are well-positioned to benefit due to the contract’s emphasis on service quality excellence, customer safety, and the provision of real-time information. Businesses with the capability to undertake asset verification and provide comprehensive service management that aligns with Network Rail and industry standards will find this opportunity particularly fitting for expansion into or consolidation within the rail transport service sector. The procurement also allows for potential asset renewal services, adding further scope for business growth.

How relevant is this notice?

Notice Information

Notice Title

Station Information and Security Systems

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. 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 First Greater Western limited, 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 First Greater Western Limited 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 from the outset. GWR are seeking to identify a service provider for the provision of 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 successful 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. In a very regulated industry it is imperative that we can deliver our safety commitments in line with the associated risks and provide the necessary evidence in a format which is immediately accessible. There is also an opportunity for the successful provider to 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. An asset verification exercise was undertaken during the last contract, however 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. TUPE Applies to this contract

Lot Information

Lot 1

Renewal: Contract can be extended based on company performance

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06043c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002496-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

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
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Jan 20266 days ago
Submission Deadline
20 Feb 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
25 Jun 2026 - 25 Jun 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
FIRST GREATER WESTERN LIMITED
Contact Name
Dave Bartlett
Contact Email
dave.bartlett@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
TLK South West (England), TLL Wales

Local Authority
Swindon
Electoral Ward
Central
Westminster Constituency
Swindon South

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-2026-01-13T09:42:07Z",
    "date": "2026-01-13T09:42:07Z",
    "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": "dave.bartlett@gwr.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-05113733",
        "name": "FIRST GREATER WESTERN LIMITED"
    },
    "tender": {
        "id": "ocds-h6vhtk-06043c",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Station Information and Security Systems",
        "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. 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 First Greater Western limited, 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 First Greater Western Limited 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 from the outset. GWR are seeking to identify a service provider for the provision of 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 successful 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. In a very regulated industry it is imperative that we can deliver our safety commitments in line with the associated risks and provide the necessary evidence in a format which is immediately accessible. There is also an opportunity for the successful provider to 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. An asset verification exercise was undertaken during the last contract, however 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. TUPE Applies to this contract",
        "status": "active",
        "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": "active",
                "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"
}