Contract

Railway Systems Procurement for the HS2 Project – Operational Telecommunication and Security Systems

  • HS2

F06: Contract award notice – utilities

Notice identifier: 2025/S 000-001950

Procurement identifier (OCID): ocds-h6vhtk-04d4dd

Published 20 January 2025, 5:33pm



Section one: Contracting entity

one.1) Name and addresses

HS2

High Speed Two (HS2) Ltd, Two Snowhill, Queensway

Birmingham

B4 6GA

Email

scc@hs2.org.uk

Telephone

+44 2079443000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/high-speed-two-limited

Buyer's address

https://hs2.bravosolution.co.uk/web/index.html

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Railway Systems Procurement for the HS2 Project – Operational Telecommunication and Security Systems

two.1.2) Main CPV code

  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

two.1.3) Type of contract

Works

two.1.4) Short description

The operational telecommunications and security systems scope comprises: data transmission network (DTN), operational telephony system (OTS), tunnel radio system (TRS), telecommunication masts, GSM-R radio network, including base transmission stations (BTS), antenna, etc. relocatable equipment buildings (REBs), route wide security systems and passive provision for Airwave.

This includes without limitation the design, manufacture, supply, installation, safety authorisation, testing, commissioning and maintenance (until take-over by the Employer) and on-going technical support services of the operational telecommunication systems and route wide security systems. A separate contract will also be awarded for the provision of technical support services.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £189,515,306.04

two.2) Description

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34940000 - Railway equipment
  • 35120000 - Surveillance and security systems and devices
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45234100 - Railway construction works
  • 45314300 - Installation of cable infrastructure
  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

The operational telecommunications and security system (Op Comms) package of work comprises the following:

Data Transmission Network (DTN)

Provide a fibre-optic bearer and internet protocol (IP) for high-speed, high-bandwidth, high-availability and low-latency data transmission circuits, designed to meet BS EN 50159:2010 Category 2 (open network) standards and manage the provision of operational systems.

Operational telephony system

A fixed-line voice communication network to support the operation of HS2, including a private branch exchange (PBX), voice recorder and call logger systems.

Tunnel radio system

Provide radio systems to end users within the HS2 tunnels:

GSM-R and Fireground; and

Emergency services network (ESN) and mobile network operator (MNO) services (subject to a separate procurement exercise).

Telecommunication towers

Design, construction and installation of the radio towers to support radio network coverage across the HS2 open route for the following radio technologies: GSM-R, MNO and ESN.

Relocatable equipment buildings (REB)

Provide for DTN, GSM-R, line of route security and third-party telecommunications systems. This will include building, fire and access control systems, which will be integrated into the HS2 engineering management system.

Route wide security

Delivery of electronic security measures along the HS2 line of route: perimeter protection, video surveillance, access control, intruder detection;

Selecting and leading integration of the security applications; and

Providing access control locks, intrusion prevention systems and structures such as camera masts.

GSM-R radio access network

A GSM-R radio communication system that will support both voice and data communications along the HS2 route, including points of transition with Network Rail infrastructure and at HS2 depots.

Network Rail, under contract with HS2 Ltd, will undertake all works necessary within the GB GSM-R core (network switching sub-system and base station controller) to extend and upgrade the national GSM-R system, including general packet radio services (GPRS).

Interface management responsibilities

Lead in the technical integration of shared telecommunication systems. During construction, testing and commissioning, the Op Comms Contractor will act as HS2’s technical authority for any radio frequency transmission equipment installed on HS2 infrastructure.

System integration facility (SIF)

Responsible for the DTN and GSM-R systems that are required in the SIF and a specific control, command and signalling (CCS) Integration laboratory.

Both the SIF and the CCS Integration Laboratory will be in HS2 Ltd buildings provided and fitted-out by others.

Cabling and cable protection

Design, supply and install:

Fibre optic cable, tunnel radiating cable, coaxial feeder cable, structure data cable and other cables as required, all power cabling from equipment to a local distribution board, all secondary cable containment and cable management from trackside equipment to the primary cable containment provided by others, cabling protection and suitable fire rating and labelling.

Civil engineering works

Design and provide all minor civil engineering works required for the telecommunications and security trackside equipment, concrete bases, masts, mast bases, ducting, equipment fixings, equipment housings and lineside buildings such as REBs where appropriate.

Maintenance and technical support services

Undertake maintenance of all equipment provided within this package between the date of installation and take-over of the works by the employer and, as required, undertake temporary operation, including making systems and facilities available to support the installation and testing of other railway systems and HS2 rolling stock.

Provide ongoing technical support and spares supply to the maintainer, under a separate technical support services contract for a minimum period of 8 years.

two.2.5) Award criteria

Quality criterion - Name: Qualification Envelope and Compliance / Weighting: Pass/Fail

Quality criterion - Name: Technical / Weighting: 70%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

None


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 119-290781

four.2.9) Information about termination of call for competition in the form of a periodic indicative notice

The contracting entity will not award any further contracts based on the above periodic indicative notice


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 December 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Siemens Mobility Limited

Sixth Floor, The Lantern, 75 Hampstead Road

London

NW1 2PL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

London

Country

United Kingdom