Tender

High Speed Two (HS2) Ltd, Train Dispatch System Contracts

HS2

This public procurement record has 1 release in its history.

Tender

03 Oct 2023 at 13:46

Summary of the contracting process

The High Speed Two (HS2) Ltd is seeking tenders for Train Dispatch System Contracts, valued at up to £84 million, for Phase 1 and Phase 2b, including Gap Detection. The procurement process is in the active stage, with an expected tender period end date of 14th November 2023. The contract involves constructing a network of cameras linked to central control rooms across various HS2 stations to monitor passenger safety. The procurement method is the negotiated procedure with a prior call for competition.

This tender presents significant business opportunities for firms specialising in construction works and related equipment, surveillance systems, railway traffic-control equipment, and engineering design services. Businesses with experience in railway construction and signalling works, electrical installations for railways, and industrial control software development are well-suited to compete. Applicants must meet HS2 Ltd's economic, technical, and professional criteria outlined in the Pre-Qualification Pack available on the HS2 eSourcing portal.

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

High Speed Two (HS2) Ltd, Train Dispatch System Contracts

Notice Description

The train dispatch system (TDS) is a novel combination of platform CCTV and safety software with a bespoke user interface. TDS is a network of cameras linked to central control rooms that will monitor the 400 - metre long platforms to ensure that passengers have safely entered the trains before the signal is given to close the doors and leave the station. The train dispatch system will be built into each of the new stations on the HS2 Project. The value of the contracts is estimated to be PS58m for Phase 1 and up to PS84m when including Phase 2b and Gap Detection. Further information is shown in the Further Package Particulars.

Lot Information

Lot 1

This notice relates to the procurement of the Train Dispatch System (TDS) across High Speed Two (HS2) Limited's (HS2) Phase One stations, to be constructed at London Euston, Old Oak Common, Birmingham and Interchange and HS2's Phase 2b stations at Manchester Airport and Manchester Piccadilly. The contract scope will be split into stages. The initial stage of works will comprise of Old Oak Common, Birmingham and Interchange stations. Scope for work at London Euston, Manchester Airport and Manchester Piccadilly is subject to the issue by HS2 Ltd of notices to proceed. Additionally, the Parliamentary process applicable to Phase 2b is still to be concluded and is subject to achieving Royal Assent. There is optional scope for the inclusion of Gap Monitoring across all stations. HS2 will enter into two contracts simultaneously: (i) A Design and Build Contract for the design, software development, prototyping, factory testing, integration testing, installation, static and dynamic testing and commissioning of the TDS. (ii) A Technical Support Contract to undertake technical support, install system upgrades, and undertake asset inspection or maintenance of each section after Completion under the Design and Build Contract. Further information on the Contracts is included in the Pre-Qualification Pack made available on the HS2 eSourcing portal noted above (PQP). HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts. Additional information: Applicants are referred to VI.3) Additional information in this Contract Notice below.

Options: Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts. The requirements with respect to the optional element of scope noted above (Gap Monitoring) are not yet sufficiently defined and therefore have not been included in the scope at contract award, but will be detailed as optional scope in the contractual documentation.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04077f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029125-2023
Current Stage
Tender
All Stages
Tender

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
Not specified

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

42 - Industrial machinery

45 - Construction work

48 - Software package and information systems

50 - Repair and maintenance services

51 - Installation services (except software)

63 - Supporting and auxiliary transport services; travel agencies services

71 - Architectural, construction, engineering and inspection services

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


CPV Codes

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

32235000 - Closed-circuit surveillance system

32323500 - Video-surveillance system

34632000 - Railways traffic-control equipment

34632200 - Electrical signalling equipment for railways

34632300 - Electrical installations for railways

34940000 - Railway equipment

34942000 - Signalling equipment

35120000 - Surveillance and security systems and devices

42961400 - Dispatch system

45000000 - Construction work

45234100 - Railway construction works

45234115 - Railway signalling works

45314300 - Installation of cable infrastructure

48140000 - Railway traffic control software package

48150000 - Industrial control software package

48151000 - Computer control system

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

51100000 - Installation services of electrical and mechanical equipment

63711000 - Support services for railway transport

71320000 - Engineering design services

71334000 - Mechanical and electrical engineering services

72212140 - Railway traffic control software development services

Notice Value(s)

Tender Value
£84,000,000 £10M-£100M
Lots Value
£84,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Oct 20232 years ago
Submission Deadline
14 Nov 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HS2
Contact Name
Not specified
Contact Email
amarjit.rupal@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

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-04077f-2023-10-03T14:46:39+01:00",
    "date": "2023-10-03T14:46:39+01:00",
    "ocid": "ocds-h6vhtk-04077f",
    "description": "1) Terms with an initial capital in this Contract Notice and the PQP are defined in the PQP Manual, Appendix 4 Glossary. 2) To express interest in this procurement, Applicants must submit a PQ Application on the HS2 eSourcing portal by the PQ Application Deadline. 3) An Applicant may be a single organisation or a Consortium. An Applicant may only submit one PQ Application. An economic operator may not apply as more than one Applicant, whether as a single Applicant or as a Party to one or more Consortia. See PQP (PQP Manual section 2). 4) Applicants must be registered on the HS2 eSourcing portal: https://hs2.bravosolution.co.uk. For assistance contact the BravoSolution helpdesk Monday to Friday (8:00-18:00) GMT: Email help_uk@jaggaer.com or Telephone +44 8000698630. 5) While 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. 6) Section I.1 (Contracting Entity): This Contract Notice is published by HS2 Ltd on behalf of itself and any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to the Contracts (Contracting Bodies). 7) Section II.2.6) (Estimated value): Further information on the estimated value is included in the PQP (Further Package Particulars). 8) Section II.2.7) (Duration of the Contracts): timescales in this Contract Notice are estimated based on the current HS2 programme but may be subject to change. See also II.2.11. 9) Section IV.1.1) (Type of procedure): HS2 Ltd is procuring Contracts using the negotiated procedure with prior call for competition (UCR 2016, reg. 47). As stated in the PQP (Applicant's Guide), HS2 Ltd reserves the right not to conduct negotiations. 10) A response to this Contract Notice does not guarantee that an Applicant will be invited to tender. The award process may be terminated or suspended at any time without cost or liability to HS2 Ltd. HS2 Ltd does not bind itself to enter into any Contract arising out of the procedure envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice. HS2 Ltd reserves the right to vary its requirements and the procedure for the award of the Contracts envisaged in this Contract Notice. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in the PQP. 11) Applicants/Tenderers shall be solely responsible and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice. 12) Applicants must allow sufficient time for uploading their full PQ Applications and tenders. HS2 Ltd reserves the right to reject any PQ Application or tender that is not submitted in full before the relevant submission deadline.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04077f",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "High Speed Two (HS2) Ltd, Train Dispatch System Contracts",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The train dispatch system (TDS) is a novel combination of platform CCTV and safety software with a bespoke user interface. TDS is a network of cameras linked to central control rooms that will monitor the 400 - metre long platforms to ensure that passengers have safely entered the trains before the signal is given to close the doors and leave the station. The train dispatch system will be built into each of the new stations on the HS2 Project. The value of the contracts is estimated to be PS58m for Phase 1 and up to PS84m when including Phase 2b and Gap Detection. Further information is shown in the Further Package Particulars.",
        "value": {
            "amount": 84000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This notice relates to the procurement of the Train Dispatch System (TDS) across High Speed Two (HS2) Limited's (HS2) Phase One stations, to be constructed at London Euston, Old Oak Common, Birmingham and Interchange and HS2's Phase 2b stations at Manchester Airport and Manchester Piccadilly. The contract scope will be split into stages. The initial stage of works will comprise of Old Oak Common, Birmingham and Interchange stations. Scope for work at London Euston, Manchester Airport and Manchester Piccadilly is subject to the issue by HS2 Ltd of notices to proceed. Additionally, the Parliamentary process applicable to Phase 2b is still to be concluded and is subject to achieving Royal Assent. There is optional scope for the inclusion of Gap Monitoring across all stations. HS2 will enter into two contracts simultaneously: (i) A Design and Build Contract for the design, software development, prototyping, factory testing, integration testing, installation, static and dynamic testing and commissioning of the TDS. (ii) A Technical Support Contract to undertake technical support, install system upgrades, and undertake asset inspection or maintenance of each section after Completion under the Design and Build Contract. Further information on the Contracts is included in the Pre-Qualification Pack made available on the HS2 eSourcing portal noted above (PQP). HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts. Additional information: Applicants are referred to VI.3) Additional information in this Contract Notice below.",
                "value": {
                    "amount": 84000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 7200
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Applicants are referred to the PQP for information on HS2 Ltd's criteria for choosing Applicants to be invited to tender for the TDS Contracts. HS2 Ltd expects to select four Applicants to tender for the Contracts. 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": true,
                "options": {
                    "description": "Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts. The requirements with respect to the optional element of scope noted above (Gap Monitoring) are not yet sufficiently defined and therefore have not been included in the scope at contract award, but will be detailed as optional scope in the contractual documentation."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32235000",
                        "description": "Closed-circuit surveillance system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32323500",
                        "description": "Video-surveillance system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34632000",
                        "description": "Railways traffic-control equipment"
                    },
                    {
                        "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": "34942000",
                        "description": "Signalling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35120000",
                        "description": "Surveillance and security systems and devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42961400",
                        "description": "Dispatch system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45234100",
                        "description": "Railway construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45234115",
                        "description": "Railway signalling works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45314300",
                        "description": "Installation of cable infrastructure"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48140000",
                        "description": "Railway traffic control software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48150000",
                        "description": "Industrial control software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48151000",
                        "description": "Computer control system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63711000",
                        "description": "Support services for railway transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71334000",
                        "description": "Mechanical and electrical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212140",
                        "description": "Railway traffic control software development services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "As describes in the PQP Outline Scope"
                },
                "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 for information about conditions for participation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "List and brief description of selection criteria: Applicants are referred to the PQP for information about HS2 Ltd's requirements and minimum standards in relation to economic and financial standing.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "List and brief description of selection criteria: Applicants are referred to the PQP for information about HS2 Ltd's requirements and minimum standards in relation to technical and professional ability.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "reductionCriteria": "List and brief description of rules and criteria: Applicants are referred to the PQP 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": 360
            }
        },
        "contractTerms": {
            "financialTerms": "The main financing conditions, payment mechanism, performance standards and incentive mechanisms for the Contracts will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements in the Contracts will incorporate, in the Design and Build Contract, NEC3 Engineering and Construction Contract (ECC) Option C and in the Technical Services Contract NEC3 Term Service Contract (TSC) Option A and Option E. HS2 Ltd reserves the right to use an alternative pricing option for the Contracts, which if applicable will be specified in the ITT.",
            "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.",
            "performanceTerms": "Applicants are referred to the PQP Documents for details."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2024-03-18T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-11-14T12:00:00Z"
        },
        "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": {
                "email": "Amarjit.Rupal@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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6976",
        "name": "HS2"
    },
    "language": "en"
}