Award

Railway Systems Procurement for Control, Command, Signalling and Traffic Management (CCS and TM) systems

HS2

This public procurement record has 1 release in its history.

Award

20 Jan 2025 at 17:36

Summary of the contracting process

HS2 Ltd, the buying organisation, has completed the procurement process for the "Railway Systems Procurement for Control, Command, Signalling and Traffic Management (CCS and TM) systems". This project, classified under the industry category "Railway signalling works", entails traffic management, European Train Control System (ETCS), signalling, and other related systems for a high-speed railway infrastructure. The main location for this procurement is the UK, with significant equipment installations at the Network Integrated Control Centre (NICC) at Washwood Heath and other points along the railway route. The procurement method was a selective, negotiated procedure with a prior call for competition. The award stage concluded with Siemens Mobility Limited being the primary contractor, with the contract signed in December 2024.

This tender presents substantial business growth opportunities, particularly for firms specialising in railway systems, traffic management, and signalling technology. Companies with capabilities in areas such as automatic train operation, weather and adhesion monitoring systems, and enterprise service integration would find this project beneficial. SMEs and large enterprises adept at designing, manufacturing, installing, and providing ongoing technical support for complex railway systems could compete effectively in similar future tenders. Successful involvement in such high-profile projects can enhance a company's industry reputation and expand its market reach.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Railway Systems Procurement for Control, Command, Signalling and Traffic Management (CCS and TM) systems

Notice Description

The CCS and TM scope comprises (for a high speed railway): - traffic management system (TMS), - European Train Control System (ETCS) with all lineside equipment, - signalling equipment including interlocking and train detection equipment, - automatic train operation (ATO) Grade of Automation 2 over ETCS, - possession management system, - enterprise service bus, - weather monitoring system and adhesion management system. This includes without limitation the design, manufacture, supply, installation, supervision, inspection, safety authorisation, testing, commissioning and maintenance until handover to trial operations and ongoing technical support services of the CCS and TM Systems.

Lot Information

Lot 1

This package of work comprises the CCS and TM Systems. The controller workstations and centrally located equipment cubicles will be located at the Network Integrated Control Centre (NICC) at Washwood Heath. Other equipment will be located along the route, in stations and at the interfaces with depots and Network Rail infrastructure. The CCS and TM Systems will have the following minimum requirements. * The trackside ETCS will deliver level 2 functionality (without signals); ETCS will be provided on all open route, sidings, spurs, loops, tunnels and stations on HS2 infrastructure. * Automatic train operation (ATO) with Grade of Automation 2 will be available on all open route, sidings, spurs, loops, tunnels and stations on HS2 infrastructure and into Washwood Heath Rolling Stock Depot stabling roads and bypass road. * The main TMS functionality will include as a minimum automatic train supervision and regulation including plan/replan functionality, automatic platform re-allocation, reconfigurable control areas, interfaces to third party stock and crew systems and interfaces to third party support tools for automatic incident management. The TMS will provide timetable and contingency plan management, conflict identification and conflict decision support. The TMS will provide outputs for real-time passenger information * The possession management system will permit the safe reservation/occupation of sections of the track for personnel and trains. * The enterprise service bus will enable the NICC and other stakeholders' systems to access and exchange common, real-time status information for all trains and HS2 CCS assets. * The weather monitoring system will provide information about wind, on specific locations of the HS2 infrastructure. Data shall be provided to the CCS & TMS systems to indicate areas where speed restrictions should be applied due to high winds. * The adhesion monitoring system will provide information about low adhesion areas. Uninterruptible power supplies will be provided where necessary to meet the required reliability and availability of the CCS and TM systems. All works to be undertaken under this procurement shall give due cognisance to and be compliant with the appropriate elements of the High Speed Rail (London -- West Midlands) Act 2017. The route will be handed over to the track system contractors by the Main Works Civils Contractors in stages following the completion of works under their contracts. The track installation will be staged based upon multiple testing areas. Initially, the track system contractor will have exclusive access to enable their installation to be completed. Access will then be granted to the other railway systems contractors including the CCS and TM Contractor. The CCS and TM Contractor will mobilise to commence the works as each area becomes available. It is proposed that HS2 Ltd will take on the role of client and principal designer. The CCS and TM Contractor may be required to act as principal contractor for certain stages of the NICC systems installation or for remote locations. The employer will require the contractor to provide technical support services as part of a separate technical support contract. The technical support contract will be entered into at contract award but will only become effective upon successful completion of trial operations.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04d4de
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001951-2025
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

45 - Construction work


CPV Codes

45234115 - Railway signalling works

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

Contracting Authority (Buyer)

Main Buyer
HS2
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BIRMINGHAM
Postcode
B4 6GA
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
Not specified

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Supplier Information

Number of Suppliers
1
Supplier Name

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-04d4de-2025-01-20T17:36:14Z",
    "date": "2025-01-20T17:36:14Z",
    "ocid": "ocds-h6vhtk-04d4de",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04d4de",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Railway Systems Procurement for Control, Command, Signalling and Traffic Management (CCS and TM) systems",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45234115",
            "description": "Railway signalling works"
        },
        "mainProcurementCategory": "works",
        "description": "The CCS and TM scope comprises (for a high speed railway): - traffic management system (TMS), - European Train Control System (ETCS) with all lineside equipment, - signalling equipment including interlocking and train detection equipment, - automatic train operation (ATO) Grade of Automation 2 over ETCS, - possession management system, - enterprise service bus, - weather monitoring system and adhesion management system. This includes without limitation the design, manufacture, supply, installation, supervision, inspection, safety authorisation, testing, commissioning and maintenance until handover to trial operations and ongoing technical support services of the CCS and TM Systems.",
        "lots": [
            {
                "id": "1",
                "description": "This package of work comprises the CCS and TM Systems. The controller workstations and centrally located equipment cubicles will be located at the Network Integrated Control Centre (NICC) at Washwood Heath. Other equipment will be located along the route, in stations and at the interfaces with depots and Network Rail infrastructure. The CCS and TM Systems will have the following minimum requirements. * The trackside ETCS will deliver level 2 functionality (without signals); ETCS will be provided on all open route, sidings, spurs, loops, tunnels and stations on HS2 infrastructure. * Automatic train operation (ATO) with Grade of Automation 2 will be available on all open route, sidings, spurs, loops, tunnels and stations on HS2 infrastructure and into Washwood Heath Rolling Stock Depot stabling roads and bypass road. * The main TMS functionality will include as a minimum automatic train supervision and regulation including plan/replan functionality, automatic platform re-allocation, reconfigurable control areas, interfaces to third party stock and crew systems and interfaces to third party support tools for automatic incident management. The TMS will provide timetable and contingency plan management, conflict identification and conflict decision support. The TMS will provide outputs for real-time passenger information * The possession management system will permit the safe reservation/occupation of sections of the track for personnel and trains. * The enterprise service bus will enable the NICC and other stakeholders' systems to access and exchange common, real-time status information for all trains and HS2 CCS assets. * The weather monitoring system will provide information about wind, on specific locations of the HS2 infrastructure. Data shall be provided to the CCS & TMS systems to indicate areas where speed restrictions should be applied due to high winds. * The adhesion monitoring system will provide information about low adhesion areas. Uninterruptible power supplies will be provided where necessary to meet the required reliability and availability of the CCS and TM systems. All works to be undertaken under this procurement shall give due cognisance to and be compliant with the appropriate elements of the High Speed Rail (London -- West Midlands) Act 2017. The route will be handed over to the track system contractors by the Main Works Civils Contractors in stages following the completion of works under their contracts. The track installation will be staged based upon multiple testing areas. Initially, the track system contractor will have exclusive access to enable their installation to be completed. Access will then be granted to the other railway systems contractors including the CCS and TM Contractor. The CCS and TM Contractor will mobilise to commence the works as each area becomes available. It is proposed that HS2 Ltd will take on the role of client and principal designer. The CCS and TM Contractor may be required to act as principal contractor for certain stages of the NICC systems installation or for remote locations. The employer will require the contractor to provide technical support services as part of a separate technical support contract. The technical support contract will be entered into at contract award but will only become effective upon successful completion of trial operations.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "Pass/Fail"
                        },
                        {
                            "name": "Compliance and Qualifications",
                            "type": "quality",
                            "description": "Pass/Fail"
                        },
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "100%"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "coveredBy": [
            "GPA"
        ]
    },
    "awards": [
        {
            "id": "001951-2025-1",
            "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-135595",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "locality": "London",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-525",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6976",
        "name": "HS2"
    },
    "contracts": [
        {
            "id": "001951-2025-1",
            "awardID": "001951-2025-1",
            "status": "active",
            "dateSigned": "2024-12-20T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:225813-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}