Contract

Railway Systems Procurement for Control, Command, Signalling and Traffic Management (CCS and TM) systems

  • HS2

F06: Contract award notice – utilities

Notice identifier: 2025/S 000-001951

Procurement identifier (OCID): ocds-h6vhtk-04d4de

Published 20 January 2025, 5:36pm



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 Control, Command, Signalling and Traffic Management (CCS and TM) systems

two.1.2) Main CPV code

  • 45234115 - Railway signalling works

two.1.3) Type of contract

Works

two.1.4) Short description

The CCS and TM scope comprises (for a high speed railway):

- traffic management system (TMS),

- European Train Control System (ETCS) with all lineside equipment,

- signalling equipment including interlocking and train detection equipment,

- automatic train operation (ATO) Grade of Automation 2 over ETCS,

- possession management system,

- enterprise service bus,

- weather monitoring system and adhesion management system.

This includes without limitation the design, manufacture, supply, installation, supervision, inspection, safety authorisation, testing, commissioning and maintenance until handover to trial operations and ongoing technical support services of the CCS and TM Systems.

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: £179,430,310.53

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This package of work comprises the CCS and TM Systems. The controller workstations and centrally located equipment cubicles will be located at the Network Integrated Control Centre (NICC) at Washwood Heath. Other equipment will be located along the route, in stations and at the interfaces with depots and Network Rail infrastructure. The CCS and TM Systems will have the following minimum requirements.

• The trackside ETCS will deliver level 2 functionality (without signals); ETCS will be provided on all open route, sidings, spurs, loops, tunnels and stations on HS2 infrastructure.

• Automatic train operation (ATO) with Grade of Automation 2 will be available on all open route, sidings, spurs, loops, tunnels and stations on HS2 infrastructure and into Washwood Heath Rolling Stock Depot stabling roads and bypass road.

• The main TMS functionality will include as a minimum automatic train supervision and regulation including plan/replan functionality, automatic platform re-allocation, reconfigurable control areas, interfaces to third party stock and crew systems and interfaces to third party support tools for automatic incident management. The TMS will provide timetable and contingency plan management, conflict identification and conflict decision support. The TMS will provide outputs for real-time passenger information

• The possession management system will permit the safe reservation/occupation of sections of the track for personnel and trains.

• The enterprise service bus will enable the NICC and other stakeholders’ systems to access and exchange common, real-time status information for all trains and HS2 CCS assets.

• The weather monitoring system will provide information about wind, on specific locations of the HS2 infrastructure. Data shall be provided to the CCS & TMS systems to indicate areas where speed restrictions should be applied due to high winds.

• The adhesion monitoring system will provide information about low adhesion areas.

Uninterruptible power supplies will be provided where necessary to meet the required reliability and availability of the CCS and TM systems.

All works to be undertaken under this procurement shall give due cognisance to and be compliant with the appropriate elements of the High Speed Rail (London — West Midlands) Act 2017.

The route will be handed over to the track system contractors by the Main Works Civils Contractors in stages following the completion of works under their contracts. The track installation will be staged based upon multiple testing areas. Initially, the track system contractor will have exclusive access to enable their installation to be completed. Access will then be granted to the other railway systems contractors including the CCS and TM Contractor.

The CCS and TM Contractor will mobilise to commence the works as each area becomes available.

It is proposed that HS2 Ltd will take on the role of client and principal designer. The CCS and TM Contractor may be required to act as principal contractor for certain stages of the NICC systems installation or for remote locations.

The employer will require the contractor to provide technical support services as part of a separate technical support contract. The technical support contract will be entered into at contract award but will only become effective upon successful completion of trial operations.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: Pass/Fail

Quality criterion - Name: Compliance and Qualifications / Weighting: Pass/Fail

Cost criterion - Name: Commercial / Weighting: 100%

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


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 094-225813

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: 6

Number of tenders received by electronic means: 6

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

B4 6GA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

London

Country

United Kingdom