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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/002496-2026
13th January 2026 - Tender 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-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"
}