Tender

Building Management System - North and South Portals at Old Oak Common (Tender Ref: COMM12)

ANTHRO JV

This public procurement record has 1 release in its history.

Tender

10 Dec 2025 at 11:00

Summary of the contracting process

The current tender process initiated by Anthro JV, headquartered in London, seeks services for the design, installation, and commissioning of a Building Management System (BMS) for the North and South Portals at Old Oak Common, part of the High-Speed 2 (HS2) infrastructure project. This procurement, classified under the engineering design services category, aims to manage mechanical, electrical, and other critical systems at this pivotal transport hub in West London. The tender is in the 'tender' stage, and interested parties should note an upcoming deadline of 17th December 2025. The project is poised to begin on 31st July 2026 and is expected to conclude by the end of December 2030. This opportunity is particularly relevant to companies based in the UK and beyond, with procurement valuation projected between £500,000 and £1,000,000.

This tender presents a significant opportunity for small and medium-sized enterprises (SMEs) specialising in complex BMS solutions, particularly those with a proven track record in railway environments. With a projected increase in demand for integrated building management systems across transport infrastructures, successfully securing this contract can pave the way for sustained business growth. Companies with expertise in mechanical, electrical, HVAC, and telecommunication systems are well-positioned to leverage this opportunity. The procurement method accommodates a broad spectrum of suppliers, encouraging competitive and innovative proposals that meet the high standards required by the HS2 project.

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

Building Management System - North and South Portals at Old Oak Common (Tender Ref: COMM12)

Notice Description

Overview of the requirement: HS2 Old Oak Common (OOC) is a new high-speed rail station being built as part of the High Speed 2 (HS2) project - the UK's flagship rail infrastructure initiative. Once constructed Old Oak Common will be the largest newly built station in the UK. A key interchange between HS2, Elizabeth Line, Great Western Railway (GWR), and Heathrow Express services. Situated in West London, between North Acton and Willesden Junction and built on the site of the former Old Oak Common Railway depot. HS2 station will provide six high-speed Sub-surface platforms and eight conventional surface platforms for Great Western Main Line services (GWML) the combined station design will handle up to 250,000 passengers per day. The Euston Tunnel North Portal and OOC Tunnel South Portal buildings form part of the wider Old Oak Common Railway Station, providing the physical civil connection between tunnels and station constructed box, it also provides space for equipment. The design of the BMS for the portals is based on HS2 Technical Standard, Shaft and Portal Building Communications and Building Management Systems, this document will be provided with the ITT pack. The North and South Portal Buildings will operate a standalone Building Management System (BMS) dedicated to the Portal MEPH systems. The Portals BMS shall be designed to monitor and control only those assets designated as in-scope for the Portals in the applicable HS2 standards, the WSP RIBA 4(ii) design, and the Employer's Requirements, and shall not assume responsibility for any third-party systems outside this definition. The portals independent BMS shall be designed to monitor and manage the Portal building MEP systems. The East (North) and West (South) Portals BMS shall act as the central point for acquisition of asset performance data for analytical evaluation of equipment performance locally, asset maintenance and override for testing and maintenance purposes via access from NICC. The Portals BMS shall have a central PLC based system for control and monitoring of the designated Portal Equipment. All control logic shall be in the central PLC's, and all plant will use Remote Input/Output (RIO) units to interface with the field equipment. An exception to this will be life safety systems which will have their own redundant PLCs. All the field BMS outstations (RIO's) shall be connected in a fibre ring topology with the central PLC system. The BMS Subsubcontractor shall be suitable qualified with a proven record of accomplishment in delivering design, Installation and commissioning complex BMS systems in a railway environment, integrating a full suite of mechanical, electrical, HVAC, Drainage, Fire systems, and telecommunication systems.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e6b83dca-f6cb-4a34-8b40-57ecd2970873
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/ea5099d9-7121-4a51-ad94-120c0527d8cd
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support


CPV Codes

71320000 - Engineering design services

71321000 - Engineering design services for mechanical and electrical installations for buildings

72514100 - Facilities management services involving computer operation

72514300 - Facilities management services for computer systems maintenance

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Dec 20252 months ago
Submission Deadline
17 Dec 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jul 2026 - 31 Dec 2030 4-5 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
ANTHRO JV
Contact Name
Joanne Davies
Contact Email
joanne.davies@anthrosolutions.co.uk
Contact Phone
07989719240

Buyer Location

Locality
LONDON
Postcode
EC4M 9BR
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
City of London
Electoral Ward
Cordwainer
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

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-e6b83dca-f6cb-4a34-8b40-57ecd2970873-2025-12-10T11:00:08Z",
    "date": "2025-12-10T11:00:08Z",
    "ocid": "ocds-b5fd17-e6b83dca-f6cb-4a34-8b40-57ecd2970873",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C4N104035532",
        "title": "Building Management System - North and South Portals at Old Oak Common (Tender Ref: COMM12)",
        "description": "Overview of the requirement: HS2 Old Oak Common (OOC) is a new high-speed rail station being built as part of the High Speed 2 (HS2) project - the UK's flagship rail infrastructure initiative. Once constructed Old Oak Common will be the largest newly built station in the UK. A key interchange between HS2, Elizabeth Line, Great Western Railway (GWR), and Heathrow Express services. Situated in West London, between North Acton and Willesden Junction and built on the site of the former Old Oak Common Railway depot. HS2 station will provide six high-speed Sub-surface platforms and eight conventional surface platforms for Great Western Main Line services (GWML) the combined station design will handle up to 250,000 passengers per day. The Euston Tunnel North Portal and OOC Tunnel South Portal buildings form part of the wider Old Oak Common Railway Station, providing the physical civil connection between tunnels and station constructed box, it also provides space for equipment. The design of the BMS for the portals is based on HS2 Technical Standard, Shaft and Portal Building Communications and Building Management Systems, this document will be provided with the ITT pack. The North and South Portal Buildings will operate a standalone Building Management System (BMS) dedicated to the Portal MEPH systems. The Portals BMS shall be designed to monitor and control only those assets designated as in-scope for the Portals in the applicable HS2 standards, the WSP RIBA 4(ii) design, and the Employer's Requirements, and shall not assume responsibility for any third-party systems outside this definition. The portals independent BMS shall be designed to monitor and manage the Portal building MEP systems. The East (North) and West (South) Portals BMS shall act as the central point for acquisition of asset performance data for analytical evaluation of equipment performance locally, asset maintenance and override for testing and maintenance purposes via access from NICC. The Portals BMS shall have a central PLC based system for control and monitoring of the designated Portal Equipment. All control logic shall be in the central PLC's, and all plant will use Remote Input/Output (RIO) units to interface with the field equipment. An exception to this will be life safety systems which will have their own redundant PLCs. All the field BMS outstations (RIO's) shall be connected in a fibre ring topology with the central PLC system. The BMS Subsubcontractor shall be suitable qualified with a proven record of accomplishment in delivering design, Installation and commissioning complex BMS systems in a railway environment, integrating a full suite of mechanical, electrical, HVAC, Drainage, Fire systems, and telecommunication systems.",
        "datePublished": "2025-12-10T11:00:08Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71320000",
            "description": "Engineering design services"
        },
        "additionalClassifications": [
            {
                "id": "72514300",
                "scheme": "CPV",
                "description": "Facilities management services for computer systems maintenance"
            },
            {
                "id": "71321000",
                "scheme": "CPV",
                "description": "Engineering design services for mechanical and electrical installations for buildings"
            },
            {
                "id": "72514100",
                "scheme": "CPV",
                "description": "Facilities management services involving computer operation"
            }
        ],
        "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"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 500000,
            "currency": "GBP"
        },
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "tenderPeriod": {
            "endDate": "2025-12-17T09:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2026-07-31T00:00:00+01:00",
            "endDate": "2030-12-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/ea5099d9-7121-4a51-ad94-120c0527d8cd",
                "datePublished": "2025-12-10T11:00:08Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Please follow this link to view the notice.",
                "url": "https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=104035534"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-289065",
            "name": "Anthro JV",
            "identifier": {
                "legalName": "Anthro JV"
            },
            "address": {
                "streetAddress": "EC4M 9BR",
                "locality": "London",
                "postalCode": "EC4M9BR",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "Joanne Davies",
                "email": "joanne.davies@anthrosolutions.co.uk",
                "telephone": "07989719240"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-289065",
        "name": "Anthro JV"
    }
}