Notice Information
Notice Title
ABANDONED - Phase One and Phase Two Stations Platform Edge Doors Framework Agreement
Notice Description
As detailed in Contract Notice 2023/S 000-021284, HS2 Ltd was previously intending to to establish a single-supplier Framework Agreement for Platform Edge Doors (PEDs) required at Old Oak Common and Interchange stations within the HS2 Phase One route (London to West Midlands) along with Optional Scope at Manchester Airport station within Phase 2b of the HS2 route. However, since the UK government announcement in 2023 to terminate Phase 2 of the HS2 project, HS2 is developing a revised operating model under the HS2 Reset Programme to improve the strategic and economic case of Phase 1 of the HS2 project involving a mixed fleet of different length rolling stock. Consequently, the adoption of PEDs as a means of platform edge protection is not considered to be viable at this time and the procurement for these works has therefore been abandoned.
Lot Information
Lot 1
Due to the HS2 Reset Programme to improve the strategic and economic case of the HS2 project involving a mixed fleet of different length rolling stock. Consequently, the adoption of PEDs as a means of platform edge protection is not considered to be viable at this time and the procurement for these works has therefore been abandoned
Options: 1) Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Framework Agreement. As further described in the PQP, Applicants should note in particular that: 2) Option to extend duration of the Framework Agreement. The Framework Agreement is being procured on the basis that it will be awarded with an initial term of 8 years although, to ensure flexibility and resilience: (i) HS2 Ltd reserves the right to extend the term of the Framework Agreement for up to a further 2 years to make a maximum possible term of 10 years. The justification for reserving the right to extend is that if there are delays to the HS2 programme, the extension may be required if the anticipated timing of the Call-Off Contracts to deliver the PEDs Scope cannot be achieved within the initial 8 year term; and (ii) The Framework Agreement will provide that Call-Off Contracts awarded before expiry of the Framework Agreement can extend beyond the 8 (or extended 10) year term of the Framework Agreement. 3) See also II.1.4) Short description: for additional information on HS2 Ltd's options in relation to Optional Scope. Further information in relation to the Outline Scope, the Framework Agreement and HS2 Ltd's options is included in the PQP.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03e4b0
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/044717-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender 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
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
34632200 - Electrical signalling equipment for railways
34632300 - Electrical installations for railways
34940000 - Railway equipment
34946000 - Railway-track construction materials and supplies
34990000 - Control, safety, signalling and light equipment
35113300 - Safety installations
45200000 - Works for complete or part construction and civil engineering work
45213322 - Rail terminal building construction work
45233292 - Installation of safety equipment
45234100 - Railway construction works
45234110 - Intercity railway works
45234111 - City railway construction work
45255120 - Platforms facilities construction work
45340000 - Fencing, railing and safety equipment installation work
50000000 - Repair and maintenance services
50220000 - Repair, maintenance and associated services related to railways and other equipment
51000000 - Installation services (except software)
71320000 - Engineering design services
71321000 - Engineering design services for mechanical and electrical installations for buildings
71500000 - Construction-related services
71521000 - Construction-site supervision services
71541000 - Construction project management services
72254100 - Systems testing services
Notice Value(s)
- Tender Value
- £93,000,000 £10M-£100M
- Lots Value
- £93,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 31 Jul 20256 months ago
- Submission Deadline
- 5 Sep 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 31 Jul 20256 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
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-03e4b0-2025-07-31T12:40:30+01:00",
"date": "2025-07-31T12:40:30+01:00",
"ocid": "ocds-h6vhtk-03e4b0",
"description": "The Platform Edge Doors procurement has now been abandoned due to the HS2 Reset Programme to improve the strategic and economic case of the HS2 project involving a mixed fleet of different length rolling stock.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03e4b0",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "ABANDONED - Phase One and Phase Two Stations Platform Edge Doors Framework Agreement",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
"mainProcurementCategory": "works",
"description": "As detailed in Contract Notice 2023/S 000-021284, HS2 Ltd was previously intending to to establish a single-supplier Framework Agreement for Platform Edge Doors (PEDs) required at Old Oak Common and Interchange stations within the HS2 Phase One route (London to West Midlands) along with Optional Scope at Manchester Airport station within Phase 2b of the HS2 route. However, since the UK government announcement in 2023 to terminate Phase 2 of the HS2 project, HS2 is developing a revised operating model under the HS2 Reset Programme to improve the strategic and economic case of Phase 1 of the HS2 project involving a mixed fleet of different length rolling stock. Consequently, the adoption of PEDs as a means of platform edge protection is not considered to be viable at this time and the procurement for these works has therefore been abandoned.",
"value": {
"amount": 93000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Due to the HS2 Reset Programme to improve the strategic and economic case of the HS2 project involving a mixed fleet of different length rolling stock. Consequently, the adoption of PEDs as a means of platform edge protection is not considered to be viable at this time and the procurement for these works has therefore been abandoned",
"value": {
"amount": 93000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Objective criteria for choosing the limited number of candidates: Applicants are referred to the PQP and PQQ for information on HS2 Ltd's criteria for choosing Applicants to be invited to tender for the Framework Agreement. HS2 Ltd expects to select only the top 4 Applicants to tender for the Framework Agreement. However, HS2 Ltd reserves the right in its absolute discretion to increase or decrease this number in accordance with the PQP Manual (see section 1.7)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"options": {
"description": "1) Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Framework Agreement. As further described in the PQP, Applicants should note in particular that: 2) Option to extend duration of the Framework Agreement. The Framework Agreement is being procured on the basis that it will be awarded with an initial term of 8 years although, to ensure flexibility and resilience: (i) HS2 Ltd reserves the right to extend the term of the Framework Agreement for up to a further 2 years to make a maximum possible term of 10 years. The justification for reserving the right to extend is that if there are delays to the HS2 programme, the extension may be required if the anticipated timing of the Call-Off Contracts to deliver the PEDs Scope cannot be achieved within the initial 8 year term; and (ii) The Framework Agreement will provide that Call-Off Contracts awarded before expiry of the Framework Agreement can extend beyond the 8 (or extended 10) year term of the Framework Agreement. 3) See also II.1.4) Short description: for additional information on HS2 Ltd's options in relation to Optional Scope. Further information in relation to the Outline Scope, the Framework Agreement and HS2 Ltd's options is included in the PQP."
},
"status": "cancelled"
}
],
"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": "34940000",
"description": "Railway equipment"
},
{
"scheme": "CPV",
"id": "34946000",
"description": "Railway-track construction materials and supplies"
},
{
"scheme": "CPV",
"id": "34990000",
"description": "Control, safety, signalling and light equipment"
},
{
"scheme": "CPV",
"id": "35113300",
"description": "Safety installations"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45213322",
"description": "Rail terminal building construction work"
},
{
"scheme": "CPV",
"id": "45233292",
"description": "Installation of safety equipment"
},
{
"scheme": "CPV",
"id": "45234110",
"description": "Intercity railway works"
},
{
"scheme": "CPV",
"id": "45234111",
"description": "City railway construction work"
},
{
"scheme": "CPV",
"id": "45255120",
"description": "Platforms facilities construction work"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50220000",
"description": "Repair, maintenance and associated services related to railways and other equipment"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71321000",
"description": "Engineering design services for mechanical and electrical installations for buildings"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71521000",
"description": "Construction-site supervision services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "72254100",
"description": "Systems testing services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Old Oak Common station is located within London along with Interchange station within the West Midlands. The Optional Scope for Phase 2b is at Manchester Airport station."
},
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://hs2.bravosolution.co.uk/web/index.html",
"communication": {
"atypicalToolUrl": "https://hs2.bravosolution.co.uk/web/index.html"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "List and brief description of conditions: Applicants are referred to the PQP and PQQ for information about conditions for participation.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "description of rules and criteria: Applicants are referred to the PQP and PQQ for information about HS2 Ltd's rules and criteria for participation.",
"requiresStaffNamesAndQualifications": true
},
"submissionTerms": {
"depositsGuarantees": "HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (including the grant of step-in rights to Subcontracts) and other forms of security as appropriate to be specified in the procurement documents to be made available at ITT stage. Applicants are referred to the PQP for relevant information available at this Contract Notice stage.",
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 300
}
},
"contractTerms": {
"financialTerms": "The main financing conditions, payment mechanism, performance standards and incentive mechanisms for Call-Off Contracts will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements in Call-Off Contracts will incorporate either NEC3 Engineering and Construction Contract (ECC) or NEC3 Engineering and Construction Subcontract (ECS) or NEC3 Professional Services Contract (PSC) terms. HS2 Ltd intends that there will be a set of core terms and three different pricing options depending on the nature of the Works Package and Call-Off Contract: Option A (Priced Contract with Activity Schedule); Option C (Target Price Contract with Activity Schedule); and Option E (Cost Reimbursable Contract). Applicants are referred to the PQP and accompanying procurement documents for relevant information available at this Contract Notice stage.",
"tendererLegalForm": "HS2 Ltd will accept expressions of interest and tenders from single entities or consortia. HS2 Ltd does not require those consortia who intend to form a single legal entity to do so at the 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 Contractor under the Contract."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "The Framework Agreement is being procured on the basis that it will be awarded with an initial term of 8 years with a right to extend the term for up to a further 2 years to make a maximum possible term of 10 years. The justification for reserving the right to extend is at II.2.11"
}
},
"secondStage": {
"successiveReduction": true,
"invitationDate": "2024-02-26T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-09-05T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"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": {
"telephone": "+44 2079443000",
"email": "scc@hs2.org.uk",
"url": "https://hs2.bravosolution.co.uk/web/index.html"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.hs2.org.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-2059",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 20794760000"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-12367",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-6976",
"name": "HS2"
},
"language": "en",
"awards": [
{
"id": "044717-2025-N/A NO CONTRACT AWARDED-1",
"relatedLots": [
"1"
],
"title": "N/A NO CONTRACT AWARDED",
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}