Notice Information
Notice Title
Railway Systems Procurement for the HS2 Project - Operational Telecommunication and Security Systems
Notice Description
The operational telecommunications and security systems scope comprises: data transmission network (DTN), operational telephony system (OTS), tunnel radio system (TRS), telecommunication masts, GSM-R radio network, including base transmission stations (BTS), antenna, etc. relocatable equipment buildings (REBs), route wide security systems and passive provision for Airwave. This includes without limitation the design, manufacture, supply, installation, safety authorisation, testing, commissioning and maintenance (until take-over by the Employer) and on-going technical support services of the operational telecommunication systems and route wide security systems. A separate contract will also be awarded for the provision of technical support services.
Lot Information
Lot 1
The operational telecommunications and security system (Op Comms) package of work comprises the following: Data Transmission Network (DTN) Provide a fibre-optic bearer and internet protocol (IP) for high-speed, high-bandwidth, high-availability and low-latency data transmission circuits, designed to meet BS EN 50159:2010 Category 2 (open network) standards and manage the provision of operational systems. Operational telephony system A fixed-line voice communication network to support the operation of HS2, including a private branch exchange (PBX), voice recorder and call logger systems. Tunnel radio system Provide radio systems to end users within the HS2 tunnels: GSM-R and Fireground; and Emergency services network (ESN) and mobile network operator (MNO) services (subject to a separate procurement exercise). Telecommunication towers Design, construction and installation of the radio towers to support radio network coverage across the HS2 open route for the following radio technologies: GSM-R, MNO and ESN. Relocatable equipment buildings (REB) Provide for DTN, GSM-R, line of route security and third-party telecommunications systems. This will include building, fire and access control systems, which will be integrated into the HS2 engineering management system. Route wide security Delivery of electronic security measures along the HS2 line of route: perimeter protection, video surveillance, access control, intruder detection; Selecting and leading integration of the security applications; and Providing access control locks, intrusion prevention systems and structures such as camera masts. GSM-R radio access network A GSM-R radio communication system that will support both voice and data communications along the HS2 route, including points of transition with Network Rail infrastructure and at HS2 depots. Network Rail, under contract with HS2 Ltd, will undertake all works necessary within the GB GSM-R core (network switching sub-system and base station controller) to extend and upgrade the national GSM-R system, including general packet radio services (GPRS). Interface management responsibilities Lead in the technical integration of shared telecommunication systems. During construction, testing and commissioning, the Op Comms Contractor will act as HS2's technical authority for any radio frequency transmission equipment installed on HS2 infrastructure. System integration facility (SIF) Responsible for the DTN and GSM-R systems that are required in the SIF and a specific control, command and signalling (CCS) Integration laboratory. Both the SIF and the CCS Integration Laboratory will be in HS2 Ltd buildings provided and fitted-out by others. Cabling and cable protection Design, supply and install: Fibre optic cable, tunnel radiating cable, coaxial feeder cable, structure data cable and other cables as required, all power cabling from equipment to a local distribution board, all secondary cable containment and cable management from trackside equipment to the primary cable containment provided by others, cabling protection and suitable fire rating and labelling. Civil engineering works Design and provide all minor civil engineering works required for the telecommunications and security trackside equipment, concrete bases, masts, mast bases, ducting, equipment fixings, equipment housings and lineside buildings such as REBs where appropriate. Maintenance and technical support services Undertake maintenance of all equipment provided within this package between the date of installation and take-over of the works by the employer and, as required, undertake temporary operation, including making systems and facilities available to support the installation and testing of other railway systems and HS2 rolling stock. Provide ongoing technical support and spares supply to the maintainer, under a separate technical support services contract for a minimum period of 8 years. Additional information: None
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04d4dd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001950-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award 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
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
32000000 - Radio, television, communication, telecommunication and related equipment
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
45234100 - Railway construction works
45314300 - Installation of cable infrastructure
50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
51100000 - Installation services of electrical and mechanical equipment
71320000 - Engineering design services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Jan 20251 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 20 Dec 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
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-04d4dd-2025-01-20T17:33:18Z",
"date": "2025-01-20T17:33:18Z",
"ocid": "ocds-h6vhtk-04d4dd",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04d4dd",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Railway Systems Procurement for the HS2 Project - Operational Telecommunication and Security Systems",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
"mainProcurementCategory": "works",
"description": "The operational telecommunications and security systems scope comprises: data transmission network (DTN), operational telephony system (OTS), tunnel radio system (TRS), telecommunication masts, GSM-R radio network, including base transmission stations (BTS), antenna, etc. relocatable equipment buildings (REBs), route wide security systems and passive provision for Airwave. This includes without limitation the design, manufacture, supply, installation, safety authorisation, testing, commissioning and maintenance (until take-over by the Employer) and on-going technical support services of the operational telecommunication systems and route wide security systems. A separate contract will also be awarded for the provision of technical support services.",
"lots": [
{
"id": "1",
"description": "The operational telecommunications and security system (Op Comms) package of work comprises the following: Data Transmission Network (DTN) Provide a fibre-optic bearer and internet protocol (IP) for high-speed, high-bandwidth, high-availability and low-latency data transmission circuits, designed to meet BS EN 50159:2010 Category 2 (open network) standards and manage the provision of operational systems. Operational telephony system A fixed-line voice communication network to support the operation of HS2, including a private branch exchange (PBX), voice recorder and call logger systems. Tunnel radio system Provide radio systems to end users within the HS2 tunnels: GSM-R and Fireground; and Emergency services network (ESN) and mobile network operator (MNO) services (subject to a separate procurement exercise). Telecommunication towers Design, construction and installation of the radio towers to support radio network coverage across the HS2 open route for the following radio technologies: GSM-R, MNO and ESN. Relocatable equipment buildings (REB) Provide for DTN, GSM-R, line of route security and third-party telecommunications systems. This will include building, fire and access control systems, which will be integrated into the HS2 engineering management system. Route wide security Delivery of electronic security measures along the HS2 line of route: perimeter protection, video surveillance, access control, intruder detection; Selecting and leading integration of the security applications; and Providing access control locks, intrusion prevention systems and structures such as camera masts. GSM-R radio access network A GSM-R radio communication system that will support both voice and data communications along the HS2 route, including points of transition with Network Rail infrastructure and at HS2 depots. Network Rail, under contract with HS2 Ltd, will undertake all works necessary within the GB GSM-R core (network switching sub-system and base station controller) to extend and upgrade the national GSM-R system, including general packet radio services (GPRS). Interface management responsibilities Lead in the technical integration of shared telecommunication systems. During construction, testing and commissioning, the Op Comms Contractor will act as HS2's technical authority for any radio frequency transmission equipment installed on HS2 infrastructure. System integration facility (SIF) Responsible for the DTN and GSM-R systems that are required in the SIF and a specific control, command and signalling (CCS) Integration laboratory. Both the SIF and the CCS Integration Laboratory will be in HS2 Ltd buildings provided and fitted-out by others. Cabling and cable protection Design, supply and install: Fibre optic cable, tunnel radiating cable, coaxial feeder cable, structure data cable and other cables as required, all power cabling from equipment to a local distribution board, all secondary cable containment and cable management from trackside equipment to the primary cable containment provided by others, cabling protection and suitable fire rating and labelling. Civil engineering works Design and provide all minor civil engineering works required for the telecommunications and security trackside equipment, concrete bases, masts, mast bases, ducting, equipment fixings, equipment housings and lineside buildings such as REBs where appropriate. Maintenance and technical support services Undertake maintenance of all equipment provided within this package between the date of installation and take-over of the works by the employer and, as required, undertake temporary operation, including making systems and facilities available to support the installation and testing of other railway systems and HS2 rolling stock. Provide ongoing technical support and spares supply to the maintainer, under a separate technical support services contract for a minimum period of 8 years. Additional information: None",
"awardCriteria": {
"criteria": [
{
"name": "Qualification Envelope and Compliance",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Technical",
"type": "quality",
"description": "70%"
},
{
"name": "Commercial",
"type": "cost",
"description": "30%"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"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": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45314300",
"description": "Installation of cable infrastructure"
},
{
"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": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "United Kingdom"
},
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"coveredBy": [
"GPA"
]
},
"awards": [
{
"id": "001950-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-135594",
"name": "Siemens Mobility Limited"
}
]
}
],
"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"
},
"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-135594",
"name": "Siemens Mobility Limited",
"identifier": {
"legalName": "Siemens Mobility Limited"
},
"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-525",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-6976",
"name": "HS2"
},
"contracts": [
{
"id": "001950-2025-1",
"awardID": "001950-2025-1",
"status": "active",
"dateSigned": "2024-12-20T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:290781-2020:TEXT:EN:HTML"
}
],
"language": "en"
}