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 Notice

High Speed Two (HS2) Ltd, Train Dispatch System Contracts

  • First published: 05 October 2023
  • Last modified: 05 October 2023

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-04077f
Published by:
HS2
Authority ID:
AA77354
Publication date:
05 October 2023
Deadline date:
14 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This notice relates to the procurement of the Train Dispatch System (TDS) across High Speed Two (HS2) Limited’s (HS2) Phase One stations, to be constructed at London Euston, Old Oak Common, Birmingham and Interchange and HS2’s Phase 2b stations at Manchester Airport and Manchester Piccadilly.

The contract scope will be split into stages. The initial stage of works will comprise of Old Oak Common, Birmingham and Interchange stations. Scope for work at London Euston, Manchester Airport and Manchester Piccadilly is subject to the issue by HS2 Ltd of notices to proceed. Additionally, the Parliamentary process applicable to Phase 2b is still to be concluded and is subject to achieving Royal Assent.

There is optional scope for the inclusion of Gap Monitoring across all stations.

HS2 will enter into two contracts simultaneously:

(i) A Design and Build Contract for the design, software development, prototyping, factory testing, integration testing, installation, static and dynamic testing and commissioning of the TDS.

(ii) A Technical Support Contract to undertake technical support, install system upgrades, and undertake asset inspection or maintenance of each section after Completion under the Design and Build Contract.

Further information on the Contracts is included in the Pre-Qualification Pack made available on the HS2 eSourcing portal noted above (PQP).

HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts.

Full notice text

Contract 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: Amarjit.Rupal@hs2.org.uk

NUTS: UK

Internet address(es)

Main address: https://www.hs2.org.uk/

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

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

High Speed Two (HS2) Ltd, Train Dispatch System Contracts

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The train dispatch system (TDS) is a novel combination of platform CCTV and safety software with a bespoke user interface. TDS is a network of cameras linked to central control rooms that will monitor the 400 - metre long platforms to ensure that passengers have safely entered the trains before the signal is given to close the doors and leave the station. The train dispatch system will be built into each of the new stations on the HS2 Project. The value of the contracts is estimated to be £58m for Phase 1 and up to £84m when including Phase 2b and Gap Detection. Further information is shown in the Further Package Particulars.

II.1.5) Estimated total value

Value excluding VAT: 84 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

32000000

32235000

32323500

34632000

34632200

34632300

34940000

34942000

35120000

42961400

45234100

45234115

45314300

48140000

48150000

48151000

50200000

51100000

63711000

71320000

71334000

72212140

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

As describes in the PQP Outline Scope

II.2.4) Description of the procurement

This notice relates to the procurement of the Train Dispatch System (TDS) across High Speed Two (HS2) Limited’s (HS2) Phase One stations, to be constructed at London Euston, Old Oak Common, Birmingham and Interchange and HS2’s Phase 2b stations at Manchester Airport and Manchester Piccadilly.

The contract scope will be split into stages. The initial stage of works will comprise of Old Oak Common, Birmingham and Interchange stations. Scope for work at London Euston, Manchester Airport and Manchester Piccadilly is subject to the issue by HS2 Ltd of notices to proceed. Additionally, the Parliamentary process applicable to Phase 2b is still to be concluded and is subject to achieving Royal Assent.

There is optional scope for the inclusion of Gap Monitoring across all stations.

HS2 will enter into two contracts simultaneously:

(i) A Design and Build Contract for the design, software development, prototyping, factory testing, integration testing, installation, static and dynamic testing and commissioning of the TDS.

(ii) A Technical Support Contract to undertake technical support, install system upgrades, and undertake asset inspection or maintenance of each section after Completion under the Design and Build Contract.

Further information on the Contracts is included in the Pre-Qualification Pack made available on the HS2 eSourcing portal noted above (PQP).

HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 84 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 240

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts.

The requirements with respect to the optional element of scope noted above (Gap Monitoring) are not yet sufficiently defined and therefore have not been included in the scope at contract award, but will be detailed as optional scope in the contractual documentation.

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

Applicants are referred to VI.3) Additional information in this Contract Notice below.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

List and brief description of conditions:

Applicants are referred to the PQP for information about conditions for participation.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

List and brief description of selection criteria:

Applicants are referred to the PQP for information about HS2 Ltd’s requirements and minimum standards in relation to economic and financial standing.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

List and brief description of selection criteria:

Applicants are referred to the PQP for information about HS2 Ltd’s requirements and minimum standards in relation to technical and professional ability.


III.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria:

Applicants are referred to the PQP for information about HS2 Ltd’s rules and criteria for participation.

III.1.6) Deposits and guarantees required:

HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (including the grant of step-in rights to Subcontracts) and other forms of security as appropriate to be specified in the procurement documents to be made available at ITT stage. Applicants are referred to the PQP for relevant information available at this Contract Notice stage.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

The main financing conditions, payment mechanism, performance standards and incentive mechanisms for the Contracts will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements in the Contracts will incorporate, in the Design and Build Contract, NEC3 Engineering and Construction Contract (ECC) Option C and in the Technical Services Contract NEC3 Term Service Contract (TSC) Option A and Option E. HS2 Ltd reserves the right to use an alternative pricing option for the Contracts, which if applicable will be specified in the ITT.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

HS2 Ltd will accept expressions of interest and tenders from single entities or consortia. HS2 Ltd does not require those consortia who intend to form a single legal entity to do so at the PQQ stage. HS2 Ltd will consider contracting with a consortium, providing always that the participants in any consortium are jointly and severally liable for all of the obligations of the Contractor under the Contract.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Applicants are referred to the PQP Documents for details.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/11/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 18/03/2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

1) Terms with an initial capital in this Contract Notice and the PQP are defined in the PQP Manual, Appendix 4 Glossary.

2) To express interest in this procurement, Applicants must submit a PQ Application on the HS2 eSourcing portal by the PQ Application Deadline.

3) An Applicant may be a single organisation or a Consortium. An Applicant may only submit one PQ Application. An economic operator may not apply as more than one Applicant, whether as a single Applicant or as a Party to one or more Consortia. See PQP (PQP Manual section 2).

4) Applicants must be registered on the HS2 eSourcing portal: https://hs2.bravosolution.co.uk. For assistance contact the BravoSolution helpdesk Monday to Friday (8:00-18:00) GMT: Email help_uk@jaggaer.com or Telephone +44 8000698630.

5) While these contracts are categorised as Works contracts for the purposes of this Notice, their scope also contains significant elements of supplies and services as set out in the PQP.

6) Section I.1 (Contracting Entity): This Contract Notice is published by HS2 Ltd on behalf of itself and any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to the Contracts (Contracting Bodies).

7) Section II.2.6) (Estimated value): Further information on the estimated value is included in the PQP (Further Package Particulars).

8) Section II.2.7) (Duration of the Contracts): timescales in this Contract Notice are estimated based on the current HS2 programme but may be subject to change. See also II.2.11.

9) Section IV.1.1) (Type of procedure): HS2 Ltd is procuring Contracts using the negotiated procedure with prior call for competition (UCR 2016, reg. 47). As stated in the PQP (Applicant’s Guide), HS2 Ltd reserves the right not to conduct negotiations.

10) A response to this Contract Notice does not guarantee that an Applicant will be invited to tender. The award process may be terminated or suspended at any time without cost or liability to HS2 Ltd. HS2 Ltd does not bind itself to enter into any Contract arising out of the procedure envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice. HS2 Ltd reserves the right to vary its requirements and the procedure for the award of the Contracts envisaged in this Contract Notice. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in the PQP.

11) Applicants/Tenderers shall be solely responsible and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice.

12) Applicants must allow sufficient time for uploading their full PQ Applications and tenders. HS2 Ltd reserves the right to reject any PQ Application or tender that is not submitted in full before the relevant submission deadline.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

Telephone: +44 20794760000

VI.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

Telephone: +44 20794760000

VI.5) Date of dispatch of this notice

03/10/2023

Coding

Commodity categories

ID Title Parent category
32235000 Closed-circuit surveillance system Radio transmission apparatus with reception apparatus
48151000 Computer control system Industrial control software package
45000000 Construction work Construction and Real Estate
42961400 Dispatch system Command and control system
34632300 Electrical installations for railways Railways traffic-control equipment
34632200 Electrical signalling equipment for railways Railways traffic-control equipment
71320000 Engineering design services Engineering services
48150000 Industrial control software package Industry specific software package
45314300 Installation of cable infrastructure Installation of telecommunications equipment
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
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
45234115 Railway signalling works Construction work for railways and cable transport systems
72212140 Railway traffic control software development services Programming services of application software
48140000 Railway traffic control software package Industry specific software package
34632000 Railways traffic-control equipment Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Repair and maintenance services
34942000 Signalling equipment Railway equipment
63711000 Support services for railway transport Support services for land transport
35120000 Surveillance and security systems and devices Emergency and security equipment
32323500 Video-surveillance system Video monitors

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:
Amarjit.Rupal@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.