Award

Railway Systems Procurement for the HS2 Project Third Party Telecommunications Systems

HS2

This public procurement record has 2 releases in its history.

Award

14 Feb 2025 at 15:17

Tender

22 Jun 2021 at 21:45

Summary of the contracting process

The procurement process for the "Railway Systems Procurement for the HS2 Project Third-Party Telecommunications Systems" was conducted by HS2 Ltd, based in Birmingham, UK. The process involved selective procurement through a negotiated procedure with prior call for competition. The procurement covers the construction and ancillary works for telephone and communication lines under CPV code 45232300. It included two contracts - Design & Build and Interim Operator elements. The awarded contract, signed on 23 January 2025, was given to Hitachi Rail GTS UK Limited and Telent Technology Services Limited Joint Venture. Key responsibilities include the design, supply, installation, testing, commissioning, and interim operation of the systems. The tender period ended on 10 August 2021, with invitations sent on 1 March 2022. The total procurement value was estimated at £81,000,000.

This tender provides significant opportunities for businesses involved in telecommunications and railway services, particularly those specialising in the design, installation, and maintenance of telecommunication systems. Companies with expertise in Radio Access Network infrastructure, Distributed Antenna Systems, and management of commercial arrangements with Mobile Network Operators and Emergency Services Networks will find substantial avenues for growth. The scope also includes interim operations and engagement throughout the HS2 estate. This project is ideal for large entities or consortiums with a capacity for extensive telecommunication networks and infrastructure projects, enhancing their portfolio with a high-profile client like HS2 Ltd.

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

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.

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

Contracting Authority (Buyer)

Main Buyer
HS2
Contact Name
Not specified
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

Supplier Information

Number of Suppliers
1
Supplier Name

HITACHI RAIL GTS UK LIMITED AND TELENT TECHNOLOGY SERVICES LIMITED JOINT VENTURE

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-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
            }
        ]
    }
}