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
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 Third Party Telecommunications Systems
II.1.2) Main CPV code
45232300
II.1.3) Type of contract
Works
II.1.4) Short description
Third-Party Telecommunications Systems are to be procured as a single package, with two contracts, formed of Design & Build and Interim Operator elements.
The Third-Party Telecommunications Contractor will be responsible for the design, supply, installation, testing & commissioning and interim operation of the Third-Party Telecommunication systems, this includes:
Passenger communication systems: Radio Access Network infrastructure to support the provision of voice and data mobile communications for HS2 users in stations and on the trains throughout the HS2 estate. This will require engagement and management of commercial arrangements with Mobile Network Operators (MNOs);
Emergency Services Network: (ESN) (tunnels and stations): Radio Access Network infrastructure to support coverage in stations, tunnels, depots and line of route to facilitate mobile communications for emergency response operations. This will include engagement and management of commercial arrangements with the ESN radio access network provider, on behalf of HS2 and or/ the Home Office;
Station Data Network (SDN): fixed and mobile communications including Distributed Antenna System (DAS) communication network to support both operational and public connectivity within all HS2 stations. This will include transmission services (Ethernet, Wi-Fi, ESN and mobile cellular) to station operational systems, retail systems, customer information, customer communication and business systems; and
Interim operations: during trial operations, a separate contract will be awarded to the Third Party Telecommunications Contractor (Interim Operator) to operate and maintain the Third Party Telecommunication systems including provision of MNO, ESN and SDN services during trial operations.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
80 540 408.66
GBP
II.2) Description
II.2.2) Additional CPV code(s)
32000000
32200000
32400000
32412100
32500000
32524000
34940000
35120000
45230000
45232332
45234100
45314000
45314300
48219700
50200000
50330000
50332000
51100000
51300000
64200000
64227000
71316000
71320000
71334000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Third-Party Telecommunications Systems are to be procured as a single package, with two contracts, formed of Design & Build and Interim Operator elements.
The Third-Party Telecommunications Contractor will be responsible for the design, supply, installation, testing & commissioning and interim operation of the Third-Party Telecommunication systems, this includes:
Passenger communication systems: Radio Access Network infrastructure to support the provision of voice and data mobile communications for HS2 users in stations and on the trains throughout the HS2 estate. This will require engagement and management of commercial arrangements with Mobile Network Operators (MNOs);
Emergency Services Network: (ESN) (tunnels and stations): Radio Access Network infrastructure to support coverage in stations, tunnels, depots and line of route to facilitate mobile communications for emergency response operations. This will include engagement and management of commercial arrangements with the ESN radio access network provider, on behalf of HS2 and or/ the Home Office;
Station Data Network (SDN): fixed and mobile communications including Distributed Antenna System (DAS) communication network to support both operational and public connectivity within all HS2 stations. This will include transmission services (Ethernet, Wi-Fi, ESN and mobile cellular) to station operational systems, retail systems, customer information, customer communication and business systems; and
Interim operations: during trial operations, a separate contract will be awarded to the Third Party Telecommunications Contractor (Interim Operator) to operate and maintain the Third Party Telecommunication systems including provision of MNO, ESN and SDN services during trial operations.
The Contracts
Design & Build Contract: A contract for the design and build based on the NEC3 Engineering and Construction Contract (April 2013) Pricing Option C (Target Price with an Activity Schedule), will be used with suitable HS2 Ltd amendments and choice of optional X and Z clauses.
Interim Operator Contract: A contract for maintenance and interim operational services based on the NEC3 Term Service Contract (April 2013) Pricing Option A (Priced Contract with price list) with suitable HS2 Ltd amendments including a choice of optional X and Z clauses.
Upon completion the works will be handed over to a long-term Operating Partner. The Operating Partner will operate and maintain the systems and to provide MNO, ESN and SDN services by the start of full HS2 passenger services. The Operating Partner contract is out of scope of this procurement.
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
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:
2021/S 000-014258
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
23/01/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Hitachi Rail GTS UK Limited and Telent Technology Services Limited Joint Venture
Quadrant House 4 Thomas More Square, Thomas More Street
London
E1W 1YW
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
VI.4.2) Body responsible for mediation procedures
VI.5) Date of dispatch of this notice
14/02/2025