United Kingdom19 days leftOpen

Station Information and Security Systems

Tender Overview

LOCATION

South West England, United Kingdom

VALUE

£10,200,000

DEADLINE

February 20, 2026 at 23:59

CATEGORY

Other

CPV CODE

32234000

REFERENCE

002496-2026

Project Timeline

Contact Information

View Original

Original Tender 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 £8,500,000. TUPE Applies to this contract
⚠️

MANDATORY EXCLUSION GROUNDS

  • Not explicitly mentioned in the provided tender description. Bidders should refer to the full tender documents for standard exclusion grounds.

ELIGIBILITY REQUIREMENTS

  • Not explicitly mentioned in the provided tender description. Bidders should refer to the full tender documents for general eligibility criteria.
🔧

TECHNICAL CAPABILITY REQUIREMENTS

  • Ability to provide comprehensive preventative and corrective maintenance for Station Information and Security Systems (SISS).
  • Capability to maintain Closed-Circuit Television (CCTV) systems.
  • Capability to maintain Customer Information Systems (CIS).
  • Capability to maintain Public Address (PA) systems.
  • Capability to maintain Passenger Help Points (PHPs).
  • Ability to provide associated support services, including reporting.
  • Ability to provide a customer help desk.
  • Capacity to employ suitably qualified engineers for maintenance and repair.
  • Ability to implement a maintenance and repair regime that ensures SISS assets are maintained in accordance with relevant standards and achieve their expected lifecycle.
  • Capability to ensure all SISS assets are working seamlessly and fully integrated.
  • Ability to ensure ongoing availability of overall SISS systems to the Customer.
  • Capability to ensure CCTV surveillance systems are fully operational for crime prevention, security, and public safety.
  • Capability to ensure customer information and public address systems are available for real-time information.
  • Ability to maintain assets in line with relevant Network Rail and Industry Standards.
  • Ability to maintain assets in line with GWR requirements.
  • Capacity to employ sufficient contract management resources.
  • Ability to deliver safety commitments in line with associated risks.
  • Capability to provide necessary safety evidence in an immediately accessible format.
  • Ability to provide CCTV download activity, including attending leased premises on request and extracting footage in line with GWR procedures and relevant legislation (if offering this optional service).
  • Ability to provide asset renewal services (if offering this optional service).
  • Commitment to provide a service that aligns with ISO55001 principles.
  • Responsibility for undertaking a new asset verification exercise at the start of the contract.
  • Responsibility for the upkeep of the asset database throughout the contract term.
  • Adherence to the Service Quality Excellence (SQE) regime, SLAs, and KPIs as incorporated by GWR.
  • Understanding and compliance with TUPE regulations, as TUPE applies to this contract.
💰

FINANCIAL REQUIREMENTS

  • Ability to undertake a contract with an estimated value of £8,500,000 over a 5-year period.
📋

SUBMISSION REQUIREMENTS

  • Submission must be completed by the deadline: 2026-02-20 23:59:59.

Requirements Preview

Sign up to view complete requirements and analysis

AI-powered requirement analysis
Complete compliance breakdown
Strategic bidding insights
Instant eligibility check

No credit card required • Setup in 2 minutes

PDF
Official PDF Version
PDF002496-2026_official.pdf
Summary:
First Greater Western Limited (GWR) seeks a service provider for comprehensive preventative and corrective maintenance of Station Information and Security Systems (SISS), including CCTV, CIS, PA, and PHPs, across its network for an initial 3+1+1 year term valued at £8.5M, with TUPE applying and potential transfer to a successor public sector operator.

Documents Preview

Sign up to view document summaries and analysis

AI document summaries
Key requirement extraction
Risk & compliance alerts
Strategic document insights

No credit card required • Setup in 2 minutes

68
Good

Tender Quality Score

This tender provides a clear description of the required services and technical capabilities but suffers from critical omissions regarding evaluation criteria and the lack of e-submission, impacting fairness and clarity. While legally compliant in many aspects, its sustainability focus is minimal.

Score Breakdown

Legal Compliance75/100

The tender clearly defines an Open procedure and adheres to UK national context, including the Railways Act 2005 for potential operator transfer. No disputes or suspensions are noted. The CPV code is relevant, though potentially narrow for the full scope. The main legal compliance concern is the missing reveal date and the explicit note that mandatory exclusion/eligibility grounds are not detailed in the provided description (though referenced to full documents).

Missing reveal date
Mandatory exclusion and eligibility grounds not explicitly detailed in the provided description (though referenced to full documents)
Clarity70/100

The description of the services, including SISS maintenance, CCTV, CIS, PA, and PHPs, is highly detailed and unambiguous. The AI-extracted technical requirements are comprehensive and well-articulated. However, the explicit absence of evaluation criteria is a significant flaw, making it difficult for bidders to understand how their proposals will be judged.

Missing evaluation criteria
Specific details of SLAs and KPIs are mentioned but not provided in the summary
Completeness70/100

The tender is complete regarding basic information, financial details, contract duration, and location. The technical requirements are extensively defined. However, the critical omission of evaluation criteria significantly reduces its completeness. The 'Liable Person' field is also empty.

Missing evaluation criteria
Liable Person field is empty
Fairness60/100

The tender's estimated value is disclosed, and the requirements appear specific to the railway industry rather than tailored to a single company. However, the absence of evaluation criteria severely compromises the transparency and objectivity of the procurement process, directly impacting fairness. The lack of e-submission also presents a barrier to equal access for all potential bidders.

Missing evaluation criteria
No e-submission supported
Practicality60/100

The contract start date and duration are clearly specified, which is practical for planning. However, the lack of electronic submission is a significant practical drawback in modern procurement, potentially increasing administrative burden for bidders and the contracting authority. A document URL is not explicitly provided in the summary.

No e-submission supported
Document URL not explicitly provided in the summary
Data Consistency90/100

The tender exhibits strong data consistency, with key fields largely populated, no reported disputes or suspensions, and logical dates. The estimated value in EUR and GBP is consistent. Minor inconsistencies include an empty 'Liable Person' field and 'N/A' for procedure codes.

Liable Person field is empty
Procedure type code is 'N/A'
Sustainability30/100

This tender shows minimal focus on sustainability. While TUPE applies, addressing a social aspect of employee rights, it is a legal compliance rather than a proactive sustainability criterion. There are no explicit mentions of green procurement, broader social criteria, or innovation focus.

Not green procurement
No explicit social criteria (beyond TUPE compliance)

Strengths

Clear and detailed description of services and technical requirements
Comprehensive AI-extracted technical capability requirements
Transparent disclosure of estimated value and contract duration
Clear explanation of potential successor operator transfer mechanism
Strong data consistency across key fields and dates

Concerns

Critical absence of evaluation criteria
Lack of electronic submission support
Minimal focus on green, social, or innovation aspects
Missing reveal date and explicit mandatory exclusion/eligibility grounds in the provided description
CPV code could be more encompassing

Recommendations

1. Publish comprehensive evaluation criteria to ensure transparency and fairness.
2. Implement an e-submission platform to facilitate bidder access and streamline the process.
3. Integrate explicit sustainability criteria (environmental, social, innovation) into the tender requirements.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Generate DocumentsReview Documents
B
Tender Quality Score
68/ 100 · Good

Tender Assistant

Ask me anything about this tender

Tender Assistant

Hello! I'm your AI assistant for this tender. I can help you understand requirements, deadlines, eligibility criteria, and provide strategic insights.

What are the main requirements?
When is the deadline?
Who is eligible to bid?

No credit card required

Setup in 2 minutes

Save with Notes