Award

HS2 Ltd Engineering Management System (EMS)

HIGH SPEED TWO (HS2) LTD

This public procurement record has 3 releases in its history.

Award

29 Jan 2025 at 16:25

TenderUpdate

11 Apr 2022 at 14:04

Tender

05 Mar 2021 at 22:56

Summary of the contracting process

High Speed Two (HS2) Ltd has finalised the procurement process for the Engineering Management System (EMS) for its railway systems, awarding the contract to Siemens Mobility Limited. The procurement process reached the award stage, with the contract officially signed on 8th January 2025. The EMS project encompasses design, installation, testing, commissioning, and ongoing technical support of HS2 railway systems, an essential category within railway construction works. The key procurement method employed was a negotiated procedure with a prior call for competition, ensuring a selective and thorough assessment of potential suppliers. The project, located in the United Kingdom, specifically targets the UK railway sector, with the contract status marked as complete.

This tender presents a significant growth opportunity for businesses involved in railway construction, IT services, and technical support. Companies capable of developing sophisticated software solutions for supervising and monitoring railway systems stand to benefit greatly. Additionally, firms with expertise in office and computing machinery, telecommunication equipment, and repair services can leverage this opportunity. By competing in such high-profile projects, businesses can enhance their market presence and establish themselves as reliable suppliers in the infrastructure and transportation sectors. The inclusion of phases for technical support and ongoing maintenance further signals long-term collaboration prospects for suitable businesses.

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

HS2 Ltd Engineering Management System (EMS)

Notice Description

The Contract is for the Engineering Management System (EMS) of HS2's Railway Systems category. This includes the provision of design, installation, testing, commissioning and ongoing technical support.

Lot Information

Lot 1

The EMS scope comprises the design, manufacture, supply, installation, integration, testing and commissioning of the EMS. The EMS will be a software solution which will provide, to key operations and maintenance staff, remote supervisory control and monitoring of railway assets and systems. It will enable operations from the Network Integrated Control Centre (NICC) and maintenance management from different key locations. The EMS is a critical system for the safe, efficient and reliable management of the HS2 infrastructure. The EMS provides an integration layer with the various infrastructure systems involved on the railway operations. The main functionality of this solution is: * consolidated Graphical User Interface (GUI) for the end user; * alarm management for the railway infrastructure; * graphical and functional presentation of the system to different users based on their role and responsibilities; and * configurable allocation of control and monitoring responsibility among different users of the system. 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.

Options: Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the procurement and/or require optional scope to be undertaken. In particular without limitation: * The procurement will include Phase 2a and Phase 2b of the Project provided that HS2 Ltd reserves the right to omit and/or vary Phase 2a and/or Phase 2b works at its discretion. * The procurement will include a technical support service contract provided that HS2 Ltd reserves the right to omit and/or vary Phase 2a and/or Phase 2b works at its discretion.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029921
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003011-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

32 - Radio, television, communication, telecommunication and related equipment

45 - Construction work

48 - Software package and information systems

50 - Repair and maintenance services

51 - Installation services (except software)

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

80 - Education and training services


CPV Codes

30000000 - Office and computing machinery, equipment and supplies except furniture and software packages

32000000 - Radio, television, communication, telecommunication and related equipment

45234100 - Railway construction works

48000000 - Software package and information systems

50000000 - Repair and maintenance services

51000000 - Installation services (except software)

72000000 - IT services: consulting, software development, Internet and support

80000000 - Education and training services

Notice Value(s)

Tender Value
£65,384,418 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Jan 20251 years ago
Submission Deadline
30 Apr 2021Expired
Future Notice Date
Not specified
Award Date
8 Jan 20251 years ago
Contract Period
20 Dec 2022 - 31 Dec 2045 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
HIGH SPEED TWO (HS2) LTD
Additional Buyers

HS2

HS2 LTD

Contact Name
Not specified
Contact Email
scc@hs2.org.uk
Contact Phone
+44 2079443000

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

Supplier Information

Number of Suppliers
1
Supplier Name

SIEMENS MOBILITY

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-h6vhtk-029921-2025-01-29T16:25:39Z",
    "date": "2025-01-29T16:25:39Z",
    "ocid": "ocds-h6vhtk-029921",
    "description": "1) To express interest in this procurement, Applicants must complete the Pre-Qualification Questionnaire (PQQ) on the HS2 Ltd eSourcing Portal strictly in accordance with the submission deadline for PQ Applications stated in the PQP Documents (PQ Application Deadline). 2) An Applicant may only submit one PQ Application. 3) Section II.2.6: the value set out in this Section is estimated and based on 2021 prices. 4) Whilst 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 Documents. 5) Section II.2.7) (Duration of the contract): timescales in this Contract Notice are estimated based on the current HS2 Ltd programme but may be subject to change. The end date of 2045 includes a 15 year technical support services term without two, five year extension options and so the final duration of the contract(s) may therefore differ depending on whether HS2 Ltd exercises the technical support extension options. 6) 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 procedures envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice or the procedures envisaged by it. Any contract let by HS2 Ltd may provide that the scope or duration of the Contract may be extended at HS2 Ltd.'s discretion. HS2 Ltd reserves the right to vary its requirements and the procedure relating to the conduct of the award process. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in the PQP Documents. 7) Applicants shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice and the PQP Documents and with submitting any tender, howsoever incurred. 8) HS2 Ltd embraces diversity and welcomes PQ Applications from all suitably skilled and experienced economic operators of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. HS2 Ltd will actively promote sustainable procurement throughout its supply chain and welcomes PQ Applications from Applicants committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly. 9) The dates set out in this Notice are indicative and based on the current programme. HS2 Ltd reserves the right to amend and refine this timetable and full details will appear in the PQP Documents and the procurement documents made available at the Invitation to Tender stage. 10) 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. HS2 Ltd reserves the right to require the submission of any additional, supplemental or clarification information as it may, in its absolute discretion, consider appropriate. 11) Terms with an initial capital letter used in this Contract Notice, the PQP Documents and the PQQ have the meanings given in this Contract Notice. 12) All Applicants are required to express an interest by registering on the HS2 Ltd eSourcing Portal (www.hs2.bravosolution.co.uk). Registering is only required once. 13) Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Contract and/or require optional scope to be undertaken. Further information in relation to scope and the value of this procurement is included in the PQP Documents. 14) HS2 will be running a Hot Start event for suppliers interested in this contract, register via http://www.smartsurvey.co.uk/s/EMSHotStartRegistration/.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-029921",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "HS2 Ltd Engineering Management System (EMS)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45234100",
            "description": "Railway construction works"
        },
        "mainProcurementCategory": "works",
        "description": "The Contract is for the Engineering Management System (EMS) of HS2's Railway Systems category. This includes the provision of design, installation, testing, commissioning and ongoing technical support.",
        "value": {
            "amount": 65384418.87,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The EMS scope comprises the design, manufacture, supply, installation, integration, testing and commissioning of the EMS. The EMS will be a software solution which will provide, to key operations and maintenance staff, remote supervisory control and monitoring of railway assets and systems. It will enable operations from the Network Integrated Control Centre (NICC) and maintenance management from different key locations. The EMS is a critical system for the safe, efficient and reliable management of the HS2 infrastructure. The EMS provides an integration layer with the various infrastructure systems involved on the railway operations. The main functionality of this solution is: * consolidated Graphical User Interface (GUI) for the end user; * alarm management for the railway infrastructure; * graphical and functional presentation of the system to different users based on their role and responsibilities; and * configurable allocation of control and monitoring responsibility among different users of the system. 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.",
                "contractPeriod": {
                    "startDate": "2022-12-20T00:00:00Z",
                    "endDate": "2045-12-31T23:59:59Z"
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "Applicants are referred to the Pre-Qualification Pack for information on HS2 Ltd.'s criteria for selecting Applicants to be invited to tender. HS2 Ltd expects to select four (4) Applicants to tender, but reserves the right in its absolute discretion to select greater or fewer Applicants to tender as set out in detail in the PQP Documents."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "options": {
                    "description": "Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the procurement and/or require optional scope to be undertaken. In particular without limitation: * The procurement will include Phase 2a and Phase 2b of the Project provided that HS2 Ltd reserves the right to omit and/or vary Phase 2a and/or Phase 2b works at its discretion. * The procurement will include a technical support service contract provided that HS2 Ltd reserves the right to omit and/or vary Phase 2a and/or Phase 2b works at its discretion."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Qualification Envelope and Compliance",
                            "type": "quality",
                            "description": "Pass/ Fail"
                        },
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70%"
                        },
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "30%"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30000000",
                        "description": "Office and computing machinery, equipment and supplies except furniture and software packages"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51000000",
                        "description": "Installation services (except software)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "United Kingdom"
                }
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://hs2.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Applicants are referred to the PQP Documents for information about conditions for participation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "In accordance with the Crown Commercial Service (\"CCS\") Procurement Policy Note - Taking Account of Suppliers' Past Performance Action Note dated 25th March 2015 (\"PPN 04/15\") Applicants are required to \"demonstrate requirements with evidence\" by providing certificates of performance prepared by the customer to whom goods and/or services were provided for each of the project examples. The CCS may hold copies of the certificates of performance on their collated central database of information and share those certificates with other contracting authorities. Applicants are referred to the PQP Documents for relevant information.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "Applicants are referred to the PQP Documents for information about HS2 Ltd's rules and criteria for participation in this procurement.",
            "requiresStaffNamesAndQualifications": true
        },
        "submissionTerms": {
            "depositsGuarantees": "HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (potentially including the grant of step-in rights) and other forms of security as appropriate to be specified in the Procurement Documents to be made available at the Invitation to Tender stage. Applicants are referred to PQP documents for relevant information available at this Contract Notice Stage.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 720
            }
        },
        "contractTerms": {
            "financialTerms": "The main financing conditions, payment mechanism, performance standards and incentive mechanism will be described in the procurement documents to be made available at Invitation to Tender stage but it is expected that the form of contract governing these arrangements will be based on the NEC3 Engineering and Construction Contract Option C, or other suitable pricing option, for the design and build element and the NEC3 Term Services Contract for the technical support services. HS2 Ltd intends to introduce and promote collaborative working arrangements between itself and the other Railway Systems Contractors through detailed provisions in the contract. HS2 Ltd intends to include Key Performance Indicators to incentivise performance. Further details will appear in the Invitation to Tender. Applicants are referred to the PQP Documents for relevant information available at this Contract Notice stage.",
            "tendererLegalForm": "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 PQ 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.",
            "performanceTerms": "Applicants are referred to the PQP Documents for details.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2021-11-09T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-30T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "HS2 Ltd will incorporate a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract and the reasons for the award decision are communicated to tenderers.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Competitive Dialogue"
                        },
                        "newValue": {
                            "text": "Competitive procedure with negotiation"
                        },
                        "where": {
                            "section": "IV",
                            "label": "IV.1.1"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "24"
                        },
                        "newValue": {
                            "text": "18"
                        },
                        "where": {
                            "section": "IV",
                            "label": "IV.2.6"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-7834",
            "name": "HS2 Ltd",
            "identifier": {
                "legalName": "HS2 Ltd"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "scc@hs2.org.uk",
                "url": "https://hs2.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/high-speed-two-limited",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-2059",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079476000",
                "email": "royalcourtsofjustice.jc@citizensadvice.org.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice"
            }
        },
        {
            "id": "GB-FTS-6976",
            "name": "HS2",
            "identifier": {
                "legalName": "HS2"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "scc@hs2.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/high-speed-two-limited"
            }
        },
        {
            "id": "GB-FTS-3753",
            "name": "High Speed Two (HS2) Ltd",
            "identifier": {
                "legalName": "High Speed Two (HS2) Ltd"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079443000",
                "email": "scc@hs2.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/high-speed-two-limited",
                "buyerProfile": "https://hs2.bravosolution.co.uk/web/index.html",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-135594",
            "name": "Siemens Mobility Limited",
            "identifier": {
                "legalName": "Siemens Mobility Limited"
            },
            "address": {
                "streetAddress": "Sixth Floor, The Lantern, 75 Hampstead Road",
                "locality": "London",
                "region": "UK",
                "postalCode": "NW1 2PL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-525",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-3753",
        "name": "High Speed Two (HS2) Ltd"
    },
    "language": "en",
    "awards": [
        {
            "id": "003011-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-135594",
                    "name": "Siemens Mobility Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "003011-2025-1",
            "awardID": "003011-2025-1",
            "status": "active",
            "dateSigned": "2025-01-08T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 12
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 12
            }
        ]
    }
}