Notice Information
Notice Title
Railway Systems Procurement for the HS2 Project Third Party Telecommunications Systems
Notice 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.
Lot Information
Lot 1
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02bf25
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005198-2025
- 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
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
64 - Postal and telecommunications services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
32000000 - Radio, television, communication, telecommunication and related equipment
32200000 - Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
32400000 - Networks
32412100 - Telecommunications network
32500000 - Telecommunications equipment and supplies
32524000 - Telecommunications system
34940000 - Railway equipment
35120000 - Surveillance and security systems and devices
45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45232300 - Construction and ancillary works for telephone and communication lines
45232332 - Ancillary works for telecommunications
45234100 - Railway construction works
45314000 - Installation of telecommunications equipment
45314300 - Installation of cable infrastructure
48219700 - Communications server software package
50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
50330000 - Maintenance services of telecommunications equipment
50332000 - Telecommunications-infrastructure maintenance services
51100000 - Installation services of electrical and mechanical equipment
51300000 - Installation services of communications equipment
64200000 - Telecommunications services
64227000 - Integrated telecommunications services
71316000 - Telecommunication consultancy services
71320000 - Engineering design services
71334000 - Mechanical and electrical engineering services
Notice Value(s)
- Tender Value
- £81,000,000 £10M-£100M
- Lots Value
- £81,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Feb 20251 years ago
- Submission Deadline
- 10 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 23 Jan 20251 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02bf25-2025-02-14T15:17:03Z",
"date": "2025-02-14T15:17:03Z",
"ocid": "ocds-h6vhtk-02bf25",
"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 (PQ Application Deadline). 2) An Applicant may be a single organisation or a Consortium, as detailed in the PQP Documents. 3) An Applicant may only submit one PQ Application. 4) If an Applicant is invited to tender for this procurement, it is referred to as a Tenderer. 5) Section II.2.6 (81 000 000 GBP): the value of this procurement is estimated and based on Q3 2019 prices. 6) 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. 7) 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. 8) 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 a 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. 9) 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 PQP Documents and with submitting any tender, howsoever incurred. 10) HS2 Ltd embraces diversity and welcomes 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 Applications from Applicants committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly. 11) 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 eventual tender documentation. 12) Applicants must allow sufficient time for uploading their Pre-Qualification Applications and tenders. HS2 Ltd reserves the right to reject any Pre-Qualification Application or tender that is not submitted in full before the relevant submission deadline. 13) 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. 14) Access to PQQ and ITT documentation will be conditional upon HS2 Ltd receiving a confidentiality agreement in advance. 15) Terms with an initial capital letter used in this Contract Notice and the PQP Documents have the meanings given in those documents. 16) 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. 17) For further assistance contact JAGGAER Advantage which is available Monday to Friday (8:00-18:00) GMT on: Email help@bravosolution.co.uk or Telephone +44 8003684850. 18) Applicants should be aware that HS2 Ltd reserves the right to omit work from and/or vary and or require optional scope to be undertaken.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02bf25",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Railway Systems Procurement for the HS2 Project Third Party Telecommunications Systems",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45232300",
"description": "Construction and ancillary works for telephone and communication lines"
},
"mainProcurementCategory": "works",
"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.",
"value": {
"amount": 81000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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. 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.",
"value": {
"amount": 81000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3780
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"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": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "32200000",
"description": "Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television"
},
{
"scheme": "CPV",
"id": "32400000",
"description": "Networks"
},
{
"scheme": "CPV",
"id": "32412100",
"description": "Telecommunications network"
},
{
"scheme": "CPV",
"id": "32500000",
"description": "Telecommunications equipment and supplies"
},
{
"scheme": "CPV",
"id": "32524000",
"description": "Telecommunications system"
},
{
"scheme": "CPV",
"id": "34940000",
"description": "Railway equipment"
},
{
"scheme": "CPV",
"id": "35120000",
"description": "Surveillance and security systems and devices"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45232332",
"description": "Ancillary works for telecommunications"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45314000",
"description": "Installation of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "45314300",
"description": "Installation of cable infrastructure"
},
{
"scheme": "CPV",
"id": "48219700",
"description": "Communications server software package"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "50330000",
"description": "Maintenance services of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "50332000",
"description": "Telecommunications-infrastructure maintenance services"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "51300000",
"description": "Installation services of communications equipment"
},
{
"scheme": "CPV",
"id": "64200000",
"description": "Telecommunications services"
},
{
"scheme": "CPV",
"id": "64227000",
"description": "Integrated telecommunications services"
},
{
"scheme": "CPV",
"id": "71316000",
"description": "Telecommunication consultancy services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://hs2.bravosolution.co.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Applicants are referred to the PQP and Pre-Qualification Questionnaire (PQQ) for information about conditions about participation.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "Applicants are referred to the PQP and Pre-Qualification Questionnaire (PQQ) 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 the PQP for relevant information available at this Contract Notice stage.",
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 720
}
},
"contractTerms": {
"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 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 Contactor under the Contract.",
"performanceTerms": "Applicants are referred to the PQP for details.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-08-10T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2022-03-01T00:00:00Z"
},
"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."
},
"parties": [
{
"id": "GB-FTS-5897",
"name": "HS2",
"identifier": {
"legalName": "HS2",
"id": "06791686"
},
"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": {
"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",
"buyerProfile": "https://hs2.bravosolution.co.uk/web/index.html",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-138072",
"name": "Hitachi Rail GTS UK Limited and Telent Technology Services Limited Joint Venture",
"identifier": {
"legalName": "Hitachi Rail GTS UK Limited and Telent Technology Services Limited Joint Venture"
},
"address": {
"streetAddress": "Quadrant House 4 Thomas More Square, Thomas More Street",
"locality": "London",
"region": "UK",
"postalCode": "E1W 1YW",
"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-6976",
"name": "HS2"
},
"language": "en",
"awards": [
{
"id": "005198-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-138072",
"name": "Hitachi Rail GTS UK Limited and Telent Technology Services Limited Joint Venture"
}
]
}
],
"contracts": [
{
"id": "005198-2025-1",
"awardID": "005198-2025-1",
"status": "active",
"dateSigned": "2025-01-23T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "2",
"measure": "bids",
"relatedLot": "1",
"value": 7
}
]
}
}