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 Control, Command, Signalling and Traffic Management (CCS and TM) 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-04d4de
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 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.

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

II.1.2) Main CPV code

45234115

 

II.1.3) Type of contract

Works

II.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.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 179 430 310.53  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: Pass/Fail

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

Cost criterion: Commercial / Weighting: 100%

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

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 094-225813

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: 6

Number of tenders received by electronic means: 6

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

B4 6GA

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
45234115 Railway signalling works Construction work for railways and cable transport systems

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.