Award

Train Control Systems Framework

NETWORK RAIL INFRASTRUCTURE LTD

This public procurement record has 3 releases in its history.

Award

15 Aug 2024 at 15:14

Tender

17 Mar 2023 at 12:35

Planning

02 Mar 2023 at 16:46

Summary of the contracting process

Network Rail Infrastructure Ltd has awarded contracts under the Train Control Systems (TCS) Framework, comprising two key lots for railway signalling works across Great Britain, with an estimated value of £4bn. The contractual agreements span a duration of 10 years, commencing from April 2024, and aim to deliver both conventional and digital signalling systems. Lot 1 covers conventional signalling with a £1bn contract awarded, while Lot 2 encompasses digital signalling, including ETCS technologies, amounting to £3bn. The project focuses on ensuring efficient and effective capital spend through strategic, long-term supplier relationships. This framework resides within the broader CP7 (April 2024 to March 2029) and CP8 (April 2029 to March 2034) control periods. Network Rail aims for technology advancement and pipeline visibility, providing major growth opportunities for suppliers in the railway signalling industry.

This tender presents a significant opportunity for businesses specialising in railway infrastructure, signalling technologies, and related engineering services. The contracted suppliers for Lot 1 include Alstom Transport UK Ltd, AtkinsRéalis UK Ltd, Hitachi Rail STS France, and Siemens Mobility Limited, and for Lot 2 suppliers are Alstom Transport UK Ltd, CAF AtkinsRéalis Digital Signalling Limited, Hitachi Rail GTS UK Limited & VolkerRail Specialist Businesses Limited, and Siemens Mobility Limited. Firms with expertise in electrical signalling equipment, installation services, and system maintenance are well-suited to participate and expand their market footprint through the substantial workbank of projects within these frameworks. Network Rail’s emphasis on long-term collaboration and strategic partnerships ensures a stable and profitable engagement for competent suppliers capable of contributing to the advancement of Great Britain's railway infrastructure.

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

Train Control Systems Framework

Notice Description

Network Rail is responsible for maintaining, developing and operating Great Britain's (GB) railway infrastructure.Network Rail is an arm's length government owned company, whose capital investments are constrained by, and contribute to, the Public Sector Borrowing Requirement. Network Rail needs to improve the efficiency and effectiveness of its capital spend programmes. NR recognises the opportunity afforded by signalling and is significantly investing in both conventional and digital signalling systems, with a significant programme of work being set out over the next two Control Periods (CP7 (from April 2024 to March 2029) / CP8 (April 2029 to March 2034)).Network Rail is committed to procuring signalling in a different way to drive benefits for the taxpayer, signalling market and wider UK. The current national signalling workbank shows a significant pipeline across European Train Control System (ETCS) or related technologies and Conventional technologies through CP7 and CP8. Whilst a proportion of the Conventional signalling renewals in CP7 will be covered by existing frameworks, these expire during CP7. There is therefore a need for a new contracting route for Conventional signalling and ETCS signalling which will be used by NR's regions in support of their multi-disciplinary project and programme delivery plans. Through this contract award NR has established a national Train Control System Frameworks (TCS Frameworks) for the delivery of major train control works and renewals to be delivered on the existing rail network comprising two lots: Lot 1: TCS Framework - Conventional: Conventional signalling (either conventional or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design and build. Lot 2: TCS Framework - Digital: Digital signalling (either ETCS or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design, build and ETCS maintenance support. An indicative workbank for each Lot is provided for information only purposes as part of the procurement documents. The TCSF frameworks will each have a duration of 10-years with an estimated value of approximately PS4bn across both Lots. Network Rail's approach looks to create long-term, national collaborative relationships with suppliers. Network Rail intends to use the 10-year duration of these frameworks to build strategic longer-term collaborative relationships with suppliers, and with a strong focus on technology development and pipeline visibility.

Lot Information

TCS Framework - Conventional

Lot 1: TCS Framework - Conventional relates to conventional signalling (either conventional or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design and build. NR has awarded a10-year framework to 4 suppliers to Lot 1: TCS Framework - Conventional. Under the TCS Frameworks, NR is looking to develop longer term, strategic relationships with framework suppliers, which includes providing increased certainty of work to be secured through achievement of a place on the frameworks. NR therefore intends to allocate a proportion of the works and services to relevant suppliers from a workbank of conventional signalling projects on a direct award basis (subject to certain criteria) which will be set out in the Framework Agreement. The remainder of the works will be awarded using mini competition. It is intended that this framework will be utilised by NR, any NR subsidiary. Additional information: Estimated Total Value for Lot 1 PS1,000,000,000

TCS Framework - Digital

Lot 2: TCS Framework - Digital relates to digital signalling (either ETCS or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design, build and ETCS maintenance support. As part of this TCS Framework, NR intends to enter into development commission contracts with each Framework Supplier to develop the supplier's ETCS solutions for the GB network and NR intends to make a contribution to actual development costs up to a cap as will be detailed in the Framework Agreement. NR has awarded a 10-year framework to 4 suppliers appointed to Lot 2: TCS Framework Digital - digital signalling framework. Under the TCS Frameworks, NR is looking to develop longer term, strategic relationships with framework suppliers, which includes providing increased certainty of work to be secured through achievement of a place on the frameworks. NR therefore intends to allocate a proportion of the works and services to relevant suppliers from the workbank of digital signalling projects on a direct award basis (subject to certain criteria) which will be set out in the Framework Agreement. The remainder of the works will be awarded using mini competition. It is intended that this framework will be utilised by NR, any NR subsidiary and East West Rail Limited. Additional information: Estimated Total Value for Lot 1 PS3,000,000,000

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03adc2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026002-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
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

34 - Transport equipment and auxiliary products to transportation

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

34632200 - Electrical signalling equipment for railways

34632300 - Electrical installations for railways

34941800 - Railway points

34942000 - Signalling equipment

34943000 - Train-monitoring system

45234115 - Railway signalling works

45316200 - Installation of signalling equipment

50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

50220000 - Repair, maintenance and associated services related to railways and other equipment

50312300 - Maintenance and repair of data network equipment

50312600 - Maintenance and repair of information technology equipment

50324100 - System maintenance services

50330000 - Maintenance services of telecommunications equipment

71320000 - Engineering design services

Notice Value(s)

Tender Value
£4,000,000,000 £1B-£10B
Lots Value
£4,000,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
£4,000,000,000 £1B-£10B

Notice Dates

Publication Date
15 Aug 20241 years ago
Submission Deadline
21 Apr 2023Expired
Future Notice Date
10 Mar 2023Expired
Award Date
31 Mar 20241 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
NETWORK RAIL INFRASTRUCTURE LTD
Contact Name
Naomi Nortey
Contact Email
drtsprocurement@networkrail.co.uk
Contact Phone
+44 1908781000

Buyer Location

Locality
LONDON
Postcode
NW1 2DN
Post Town
North West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI45 Lambeth
Delivery Location
Not specified

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

Supplier Information

Number of Suppliers
6
Supplier Names

ALSTOM TRANSPORT

ATKINSRÉALIS

CAF ATKINSRÉALIS DIGITAL SIGNALLING

HITACHI RAIL STS FRANCE

HITACHI RAILL GTS UK LIMITED & VOLKERRAILL SPECIALIST BUSINESSES

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-03adc2-2024-08-15T16:14:59+01:00",
    "date": "2024-08-15T16:14:59+01:00",
    "ocid": "ocds-h6vhtk-03adc2",
    "description": "V.2.3) Name and address of the contractor: Lot 1: Framework Contract awarded to Hitachi Rail Ltd, subsequently this contract has been novated to Hitachi Rail STS France Lot 2: Framework Contract awarded to Ground Transportation Systems UK Limited & VolkerRail Specialist Businesses Ltd, subsequently there has been a name change and the contract is in the name of Hitachi Rail GTS UK LIMITED & VolkerRail Specialist Businesses Ltd, Lot 2: Hitachi Rail GTS UK LIMITED (registered number 3132438) & VolkerRail Specialist Businesses Ltd (registered number 04197945) consortium agreement",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03adc2",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Train Control Systems Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45234115",
            "description": "Railway signalling works"
        },
        "mainProcurementCategory": "works",
        "description": "Network Rail is responsible for maintaining, developing and operating Great Britain's (GB) railway infrastructure.Network Rail is an arm's length government owned company, whose capital investments are constrained by, and contribute to, the Public Sector Borrowing Requirement. Network Rail needs to improve the efficiency and effectiveness of its capital spend programmes. NR recognises the opportunity afforded by signalling and is significantly investing in both conventional and digital signalling systems, with a significant programme of work being set out over the next two Control Periods (CP7 (from April 2024 to March 2029) / CP8 (April 2029 to March 2034)).Network Rail is committed to procuring signalling in a different way to drive benefits for the taxpayer, signalling market and wider UK. The current national signalling workbank shows a significant pipeline across European Train Control System (ETCS) or related technologies and Conventional technologies through CP7 and CP8. Whilst a proportion of the Conventional signalling renewals in CP7 will be covered by existing frameworks, these expire during CP7. There is therefore a need for a new contracting route for Conventional signalling and ETCS signalling which will be used by NR's regions in support of their multi-disciplinary project and programme delivery plans. Through this contract award NR has established a national Train Control System Frameworks (TCS Frameworks) for the delivery of major train control works and renewals to be delivered on the existing rail network comprising two lots: Lot 1: TCS Framework - Conventional: Conventional signalling (either conventional or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design and build. Lot 2: TCS Framework - Digital: Digital signalling (either ETCS or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design, build and ETCS maintenance support. An indicative workbank for each Lot is provided for information only purposes as part of the procurement documents. The TCSF frameworks will each have a duration of 10-years with an estimated value of approximately PS4bn across both Lots. Network Rail's approach looks to create long-term, national collaborative relationships with suppliers. Network Rail intends to use the 10-year duration of these frameworks to build strategic longer-term collaborative relationships with suppliers, and with a strong focus on technology development and pipeline visibility.",
        "value": {
            "amount": 4000000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "TCS Framework - Conventional",
                "description": "Lot 1: TCS Framework - Conventional relates to conventional signalling (either conventional or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design and build. NR has awarded a10-year framework to 4 suppliers to Lot 1: TCS Framework - Conventional. Under the TCS Frameworks, NR is looking to develop longer term, strategic relationships with framework suppliers, which includes providing increased certainty of work to be secured through achievement of a place on the frameworks. NR therefore intends to allocate a proportion of the works and services to relevant suppliers from a workbank of conventional signalling projects on a direct award basis (subject to certain criteria) which will be set out in the Framework Agreement. The remainder of the works will be awarded using mini competition. It is intended that this framework will be utilised by NR, any NR subsidiary. Additional information: Estimated Total Value for Lot 1 PS1,000,000,000",
                "status": "cancelled",
                "value": {
                    "amount": 1000000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "As detailed within the published procurement documents"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "2",
                "title": "TCS Framework - Digital",
                "description": "Lot 2: TCS Framework - Digital relates to digital signalling (either ETCS or related technologies). Framework Suppliers will be required to provide a range of works and/or services covering design, build and ETCS maintenance support. As part of this TCS Framework, NR intends to enter into development commission contracts with each Framework Supplier to develop the supplier's ETCS solutions for the GB network and NR intends to make a contribution to actual development costs up to a cap as will be detailed in the Framework Agreement. NR has awarded a 10-year framework to 4 suppliers appointed to Lot 2: TCS Framework Digital - digital signalling framework. Under the TCS Frameworks, NR is looking to develop longer term, strategic relationships with framework suppliers, which includes providing increased certainty of work to be secured through achievement of a place on the frameworks. NR therefore intends to allocate a proportion of the works and services to relevant suppliers from the workbank of digital signalling projects on a direct award basis (subject to certain criteria) which will be set out in the Framework Agreement. The remainder of the works will be awarded using mini competition. It is intended that this framework will be utilised by NR, any NR subsidiary and East West Rail Limited. Additional information: Estimated Total Value for Lot 1 PS3,000,000,000",
                "status": "cancelled",
                "value": {
                    "amount": 3000000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "As detailed within published procurement documents"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34632200",
                        "description": "Electrical signalling equipment for railways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34632300",
                        "description": "Electrical installations for railways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34941800",
                        "description": "Railway points"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34942000",
                        "description": "Signalling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34943000",
                        "description": "Train-monitoring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45234115",
                        "description": "Railway signalling works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316200",
                        "description": "Installation of signalling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34632200",
                        "description": "Electrical signalling equipment for railways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34632300",
                        "description": "Electrical installations for railways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34941800",
                        "description": "Railway points"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34942000",
                        "description": "Signalling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34943000",
                        "description": "Train-monitoring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45234115",
                        "description": "Railway signalling works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316200",
                        "description": "Installation of signalling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50220000",
                        "description": "Repair, maintenance and associated services related to railways and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50312300",
                        "description": "Maintenance and repair of data network equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50312600",
                        "description": "Maintenance and repair of information technology equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50324100",
                        "description": "System maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50330000",
                        "description": "Maintenance services of telecommunications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-03-10T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://networkrail.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As detailed in the Procurement Documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in the Criteria & Scoring Document provided as part of the procurement documents."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "tenderPeriod": {
            "endDate": "2023-04-21T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-07-03T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "In accordance with the Utilities Contracts Regulations 2016, Network Rail will incorporate a minimum 10 calendar day standstill period prior to concluding the award of any framework contracts pursuant to this notice."
    },
    "parties": [
        {
            "id": "GB-FTS-448",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "1 Eversholt Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "NW1 2DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Naomi Nortey",
                "telephone": "+44 1908781000",
                "email": "DRTSProcurement@networkrail.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.networkrail.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-12608",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd",
                "id": "02904587"
            },
            "address": {
                "streetAddress": "1 Eversholt Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "NW1 2DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1908781000",
                "email": "DRTSProcurement@networkrail.co.uk",
                "url": "https://networkrail.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.networkrail.co.uk",
                "buyerProfile": "https://networkrail.bravosolution.co.uk/web/login.html",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-38536",
            "name": "The High Court of England and Wales",
            "identifier": {
                "legalName": "The High Court of England and Wales"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-80538",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd",
                "id": "02904587"
            },
            "address": {
                "streetAddress": "Waterloo General Offices",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE1 8SW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1908781000",
                "email": "DRTSProcurement@networkrail.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.networkrail.co.uk",
                "buyerProfile": "https://networkrail.bravosolution.co.uk/web/login.html",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-121623",
            "name": "Alstom Transport UK Ltd",
            "identifier": {
                "legalName": "Alstom Transport UK Ltd",
                "id": "8462831"
            },
            "address": {
                "streetAddress": "8th Floor, The Place, 175 High Holborn",
                "locality": "London",
                "region": "UK",
                "postalCode": "WC1V 7AA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-121624",
            "name": "AtkinsRealis UK Ltd",
            "identifier": {
                "legalName": "AtkinsRealis UK Ltd",
                "id": "688424"
            },
            "address": {
                "streetAddress": "Woodcote Grove, Ashley Road",
                "locality": "Epsom",
                "region": "UK",
                "postalCode": "KT18 5BW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-121625",
            "name": "Hitachi Rail STS France",
            "identifier": {
                "legalName": "Hitachi Rail STS France",
                "id": "351347232"
            },
            "address": {
                "streetAddress": "at 4 Avenue du Canada, 91940",
                "locality": "Les Ulis",
                "region": "FR",
                "countryName": "France"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-121626",
            "name": "Siemens Mobility Limited",
            "identifier": {
                "legalName": "Siemens Mobility Limited",
                "id": "16033"
            },
            "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-121627",
            "name": "CAF AtkinsRealis Digital Signalling Limited",
            "identifier": {
                "legalName": "CAF AtkinsRealis Digital Signalling Limited",
                "id": "15733136"
            },
            "address": {
                "streetAddress": "Coventry Techno Centre, Puma Way,",
                "locality": "Coventry,",
                "region": "UK",
                "postalCode": "CV1 2TT",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-121628",
            "name": "Hitachi RailL GTS UK Limited & VolkerRailL Specialist Businesses Limited",
            "identifier": {
                "legalName": "Hitachi RailL GTS UK Limited & VolkerRailL Specialist Businesses Limited",
                "noIdentifierRationale": "partnership"
            },
            "address": {
                "streetAddress": "Quadrant House, 4 Thomas More Square",
                "locality": "London",
                "region": "UK",
                "postalCode": "E1W 1YW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-121629",
            "name": "The High Court of England and Wales",
            "identifier": {
                "legalName": "The High Court of England and Wales"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "The Strand",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-80538",
        "name": "Network Rail Infrastructure Ltd"
    },
    "language": "en",
    "awards": [
        {
            "id": "026002-2024-1",
            "relatedLots": [
                "1"
            ],
            "title": "TCS Framework - Conventional",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-121623",
                    "name": "Alstom Transport UK Ltd"
                },
                {
                    "id": "GB-FTS-121624",
                    "name": "AtkinsRealis UK Ltd"
                },
                {
                    "id": "GB-FTS-121625",
                    "name": "Hitachi Rail STS France"
                },
                {
                    "id": "GB-FTS-121626",
                    "name": "Siemens Mobility Limited"
                }
            ]
        },
        {
            "id": "026002-2024-2",
            "relatedLots": [
                "2"
            ],
            "title": "TCS Framework - Digital",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-121623",
                    "name": "Alstom Transport UK Ltd"
                },
                {
                    "id": "GB-FTS-121627",
                    "name": "CAF AtkinsRealis Digital Signalling Limited"
                },
                {
                    "id": "GB-FTS-121628",
                    "name": "Hitachi RailL GTS UK Limited & VolkerRailL Specialist Businesses Limited"
                },
                {
                    "id": "GB-FTS-121626",
                    "name": "Siemens Mobility Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "026002-2024-1",
            "awardID": "026002-2024-1",
            "title": "TCS Framework - Conventional",
            "status": "active",
            "value": {
                "amount": 1000000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-01T00:00:00+01:00"
        },
        {
            "id": "026002-2024-2",
            "awardID": "026002-2024-2",
            "title": "TCS Framework - Digital",
            "status": "active",
            "value": {
                "amount": 3000000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-01T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "2",
                "value": 6
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "4",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 6
            }
        ]
    }
}