Tender

HRS18 - Switches and Crossings (S&C) for HS2 Ltd

HS2

This public procurement record has 1 release in its history.

Tender

15 Dec 2020 at 11:39

Summary of the contracting process

HS2 Ltd is currently conducting a procurement process titled "HRS18 - Switches and Crossings (S&C) for HS2 Ltd" within the railway equipment industry. This selective tender is aimed at securing the design, manufacture, delivery, and technical support for Switches and Crossings across Phases One, 2a, and an optional inclusion for Phase 2b, with a significant contract value of £375.5 million. The tender period is set to conclude on 5th February 2021, while the contract is expected to commence on 19th April 2022 and run until 21st August 2030. The contract will involve multiple locations across the UK, including the British Overseas Territories and other regions such as Europe and the Channel Islands.

This procurement presents significant opportunities for businesses specialising in railway infrastructure and equipment manufacturing, particularly those with proven track records in high-speed train systems. Companies capable of delivering high-quality Switches and Crossings that meet specific performance criteria, alongside those offering installation and maintenance services, may find a competitive advantage. The intricate requirements outlined by HS2 Ltd suggest that businesses with experience in constructing components for high-speed rail applications would be well-positioned to participate and potentially expand their operations through this substantial contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

HRS18 - Switches and Crossings (S&C) for HS2 Ltd

Notice Description

HS2 Ltd intends to procure across Phase One, Phase 2a, with an option exercisable to include those for Phase 2b of the project and the maintenance depots for the design, manufacture, delivery and provision of technical support for Switches and Crossings (S&C), including associated Points Operating Equipment (POE), together with Rail Expansion Devices (REDs). This includes installation of the condition monitoring system and POE. The S&C system must include units that are proven in service. In accordance with the Request to Participate ('RTP'), evidence will be required of S&C units designed, manufactured and delivered within the last 20 years which have a minimum of 2 years of use with commercial high-speed train services that meet all of the following criteria: - They are installed on Pre-Cast concrete slab track; - The 'diverging' path of the S&C layout uses a clothoidal (not circular curve) switch entry geometry at the turnout beginning; and - They have a turn-out (diverging) speed of 200km/h or higher and a main line (through) speed of 300km/h or higher. where the term "commercial high-speed train services" refers to services operating on specially built high-speed lines equipped for speeds generally equal to or greater than 250 km/h. Phase One includes: - 469 single track kms, including 250 bridges, 58 viaducts, 47 underbridges, 148 overbridges. - Three passing / maintenance loops/sidings and four complex track junctions. - 158 point ends, including 64 high-speed turnouts (between 130km/h and 230 km/h) and 72 low-medium speed turnouts (up to and including 100km/h) including 5 diamond crossovers and one set of trap points. - 54 Rail Expansion Devices (REDs). - Option for S&C Calvert Infrastructure Maintenance Depot and additional S&C at Washwood Heath Rolling Stock Depot. Phase 2a includes: - 116 single track kms, including 18 underbridges, 43 overbridges, 4 viaducts, 2 tunnels, 1 retained cutting. - 23 point ends, including 18 high-speed turnouts(between 130km/h and 230km/h) and 5 low-medium speed turnouts (up to and including 100km/h). - 23 Rail Expansion Devices (REDs). - Option for S&C at Stone Infrastructure Maintenance Base. Applicants should be aware that HS2 Ltd reserves the right to re-allocate work identified in the scope of this procurement between different HS2 Ltd contracts as it requires or to change the contractual structure set out in the Heads of Terms. As will be set out in detail in the ITT, HS2 Ltd also reserves the right to omit any of the work set out in this document from the final scope of work. Further information on the procurement and on the Scope is included in the Candidate's Guide made available by HS2 Ltd and in the accompanying draft initial Procurement Documents (including the draft Invitation and draft Request to Participate ('RTP') documents). HS2 Ltd intends to limit the number of Tenderers on the basis set out in section 4.7 of the draft Invitation.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-8a7a119c-99e8-45e1-9287-4b56e55f06e6
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/91410be6-1ad9-43a9-a97a-9e3f7300eb49
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation (above threshold)
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

45 - Construction work


CPV Codes

34940000 - Railway equipment

34941000 - Rails and accessories

34941200 - Track rails

34941600 - Crossovers

34941800 - Railway points

34944000 - Points heating system

34946000 - Railway-track construction materials and supplies

34946100 - Railway-track construction materials

34946110 - Rails

34947000 - Sleepers and parts of sleepers

45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

Notice Value(s)

Tender Value
£375,500,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Dec 20205 years ago
Submission Deadline
5 Feb 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
18 Apr 2022 - 21 Aug 2030 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HS2
Contact Name
Procurement
Contact Email
scc@hs2.org.uk
Contact Phone
Not specified

Buyer Location

Locality
BIRMINGHAM
Postcode
B4 6GA
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
Not specified

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-8a7a119c-99e8-45e1-9287-4b56e55f06e6-2020-12-15T11:39:03Z",
    "date": "2020-12-15T11:39:03Z",
    "ocid": "ocds-b5fd17-8a7a119c-99e8-45e1-9287-4b56e55f06e6",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_237735/860448",
        "title": "HRS18 - Switches and Crossings (S&C) for HS2 Ltd",
        "description": "HS2 Ltd intends to procure across Phase One, Phase 2a, with an option exercisable to include those for Phase 2b of the project and the maintenance depots for the design, manufacture, delivery and provision of technical support for Switches and Crossings (S&C), including associated Points Operating Equipment (POE), together with Rail Expansion Devices (REDs). This includes installation of the condition monitoring system and POE. The S&C system must include units that are proven in service. In accordance with the Request to Participate ('RTP'), evidence will be required of S&C units designed, manufactured and delivered within the last 20 years which have a minimum of 2 years of use with commercial high-speed train services that meet all of the following criteria: - They are installed on Pre-Cast concrete slab track; - The 'diverging' path of the S&C layout uses a clothoidal (not circular curve) switch entry geometry at the turnout beginning; and - They have a turn-out (diverging) speed of 200km/h or higher and a main line (through) speed of 300km/h or higher. where the term \"commercial high-speed train services\" refers to services operating on specially built high-speed lines equipped for speeds generally equal to or greater than 250 km/h. Phase One includes: - 469 single track kms, including 250 bridges, 58 viaducts, 47 underbridges, 148 overbridges. - Three passing / maintenance loops/sidings and four complex track junctions. - 158 point ends, including 64 high-speed turnouts (between 130km/h and 230 km/h) and 72 low-medium speed turnouts (up to and including 100km/h) including 5 diamond crossovers and one set of trap points. - 54 Rail Expansion Devices (REDs). - Option for S&C Calvert Infrastructure Maintenance Depot and additional S&C at Washwood Heath Rolling Stock Depot. Phase 2a includes: - 116 single track kms, including 18 underbridges, 43 overbridges, 4 viaducts, 2 tunnels, 1 retained cutting. - 23 point ends, including 18 high-speed turnouts(between 130km/h and 230km/h) and 5 low-medium speed turnouts (up to and including 100km/h). - 23 Rail Expansion Devices (REDs). - Option for S&C at Stone Infrastructure Maintenance Base. Applicants should be aware that HS2 Ltd reserves the right to re-allocate work identified in the scope of this procurement between different HS2 Ltd contracts as it requires or to change the contractual structure set out in the Heads of Terms. As will be set out in detail in the ITT, HS2 Ltd also reserves the right to omit any of the work set out in this document from the final scope of work. Further information on the procurement and on the Scope is included in the Candidate's Guide made available by HS2 Ltd and in the accompanying draft initial Procurement Documents (including the draft Invitation and draft Request to Participate ('RTP') documents). HS2 Ltd intends to limit the number of Tenderers on the basis set out in section 4.7 of the draft Invitation.",
        "datePublished": "2020-12-15T11:39:03Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34940000",
            "description": "Railway equipment"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "34941000",
                "description": "Rails and accessories"
            },
            {
                "scheme": "CPV",
                "id": "34941200",
                "description": "Track rails"
            },
            {
                "scheme": "CPV",
                "id": "34941600",
                "description": "Crossovers"
            },
            {
                "scheme": "CPV",
                "id": "34941800",
                "description": "Railway points"
            },
            {
                "scheme": "CPV",
                "id": "34944000",
                "description": "Points heating system"
            },
            {
                "scheme": "CPV",
                "id": "34946000",
                "description": "Railway-track construction materials and supplies"
            },
            {
                "scheme": "CPV",
                "id": "34946100",
                "description": "Railway-track construction materials"
            },
            {
                "scheme": "CPV",
                "id": "34946110",
                "description": "Rails"
            },
            {
                "scheme": "CPV",
                "id": "34947000",
                "description": "Sleepers and parts of sleepers"
            },
            {
                "scheme": "CPV",
                "id": "45230000",
                "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 375500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
        "tenderPeriod": {
            "endDate": "2021-02-05T00:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-04-19T00:00:00+01:00",
            "endDate": "2030-08-21T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/91410be6-1ad9-43a9-a97a-9e3f7300eb49",
                "datePublished": "2020-12-15T11:39:03Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-43251",
            "name": "HS2",
            "identifier": {
                "legalName": "HS2"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
                "locality": "Birmingham",
                "postalCode": "B4 6GA",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Procurement",
                "email": "scc@hs2.org.uk"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/high-speed-two-limited"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-43251",
        "name": "HS2"
    }
}