Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

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

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04d4dd
Published by:
HS2
Authority ID:
AA77354
Publication date:
26 February 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

HS2

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

Birmingham

B4 6GA

UK

Telephone: +44 2079443000

E-mail: scc@hs2.org.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://hs2.bravosolution.co.uk/web/index.html

I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

II.1.2) Main CPV code

45230000

 

II.1.3) Type of contract

Works

II.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.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 189 515 306.04  GBP

II.2) Description

II.2.2) Additional CPV code(s)

32000000

34940000

35120000

45230000

45234100

45314300

50200000

51100000

71320000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.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.

II.2.5) Award criteria

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

Quality criterion: Technical / Weighting: 70%

Cost criterion: Commercial / Weighting: 30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

None

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 119-290781

IV.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/12/2024

V.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

V.2.3) Name and address of the contractor

Siemens Mobility Limited

Sixth Floor, The Lantern, 75 Hampstead Road

London

NW1 2PL

UK

NUTS: UK

The contractor is an SME: No

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court

London

UK

VI.4.2) Body responsible for mediation procedures

High Court

London

UK

VI.5) Date of dispatch of this notice

20/01/2025

Coding

Commodity categories

ID Title Parent category
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
71320000 Engineering design services Engineering services
45314300 Installation of cable infrastructure Installation of telecommunications equipment
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
45234100 Railway construction works Construction work for railways and cable transport systems
34940000 Railway equipment Miscellaneous transport equipment and spare parts
50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Repair and maintenance services
35120000 Surveillance and security systems and devices Emergency and security equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
scc@hs2.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.