Award

Track Systems

HIGH SPEED TWO (HS2) LTD

This public procurement record has 1 release in its history.

Award

13 Feb 2025 at 18:19

Summary of the contracting process

High Speed Two (HS2) Ltd has completed the procurement for "Track Systems," a comprehensive public works contract focused on the construction of track infrastructure within various geographical areas along the HS2 route. The procurement falls under the "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork" industry category (CPV code 45230000) and involves significant engineering and construction tasks. The procurement method used was a negotiated procedure with prior call for competition. The awards were signed on 15th January 2025, and the contracts have been successfully awarded to a range of suppliers, including Ferrovial BAM Joint Venture, Colas Rail Limited, and Rhomberg Sersa UK Limited.

This tender offers considerable opportunities for businesses specialising in construction, engineering, and rail infrastructure. Companies with experience in track installation, the design and construction of slab tracks, and those capable of providing integrated railway systems will find this project highly beneficial. The establishment of a multi-supplier framework agreement also ensures ongoing opportunities for engagement through mini-competitions. Businesses that can deliver resilient construction solutions and adhere to strict project management standards, including Principal Contractor duties under the Construction (Design and Management) Regulations 2015, will be well-suited to capitalise on this procurement process. The wide-ranging scope, from temporary railheads to permanent maintenance facilities, underscores the scale and significance of the works involved.

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

Track Systems

Notice Description

This procurement relates to track systems and HS2 Ltd has awarded the following contracts: 1) Delivery contract for Track - Urban (Lot 1 below) 2) Delivery contract for Track - Open Route Central (Lot 2 below) 3) Delivery contract for Track - Open Route North including Birmingham Spur (Lot 3 below) 4) Framework Agreement for Track delivery and other works (see Lot 4 below) Further information about the scope of works and the lots is set out in the remainder of this Contract Notice. Economic operators may have only expressed an interest in Lot 4 if they have also expressed an interest in one or more of Lots 1, 2 & 3. HS2 Ltd invoked an exceptional circumstance detailed in the ITT to award Lots 1, 2 and 3 to a single Tenderer.

Lot Information

Track - Urban

The scope of the Lot 1 works includes the installation of all track infrastructure within the Urban geographical area, which includes stations, open route, bored tunnels and cut and- cover tunnels. The track infrastructure incorporates the design and construction of: - resilient and standard cast in-situ slab track; - standard pre-cast slab track (a separate supply arrangement); - mainline Switches & Crossings (S&C) units and Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement); - the above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor); - buffer stops - a combination of permanent and temporary units to support a phased entry into service; - track spacing infill to provide drainage continuity to drainage systems installed by others; - cable containment (troughing), to support the routing of HV and LV cables; - provision of (and subsequent removal of) a temporary railhead at West Ruislip for used for construction purposes; and - a permanent maintenance facility at West Ruislip. The Lot 1 works include the development of the detailed design for all track infrastructure within the Urban geographical area, and full integration of this design with the works of others including Main Work Civils and Railway Systems packages. This Lot also includes the undertaking of static integration testing of the track system, as well as providing onsite support and facilitation of the dynamic testing phase coordinated by the client. The Lot 1 works also include Principal Contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This Principal Contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of Engineering Trains for itself and others within the working area.

Track - Central

The scope of the Lot 2 works includes the installation of all track infrastructure within the Central geographical area, including through open route, viaducts and cut-and-cover tunnels. The track infrastructure incorporates the design and construction of: - standard pre-cast slab track (a separate supply arrangement); - mainline Switches & Crossings (S&C) units and 18 Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement); - the above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor); - buffer stops - a combination of permanent and temporary units to support a phased entry into service; - track spacing infill to provide drainage continuity to drainage systems installed by others; - cable containment (troughing), to support the routing of HV and LV cables; and - provision of (and subsequent removal of) a railhead at Calvert to be used for construction purposes, which is then subsequently converted into an Infrastructure Maintenance Depot (IMD) for the ongoing maintenance of HS2 Ltd's rail-mounted plant fleet. The scope of the Lot 2 works includes the development of the detailed design for all track infrastructure within the Central geographical area, and full integration of this design with the works of other Railway Systems packages. This Lot also includes the undertaking of static integration testing of the track system, as well as providing on-site support and facilitation of the dynamic testing phase coordinated by the client. The Lot 2 works also include the undertaking of Principal Contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This Principal Contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of Engineering Trains for itself and others within the working area.

Track - North

The scope of the Lot 3 works includes the installation of all track infrastructure within the North geographical area, including through open route, viaducts and cut-and-cover tunnels. The track infrastructure incorporates the design and construction of: - standard pre-cast slab track (a separate supply arrangement); - High-Speed ballasted track (design and construction), to link the High-Speed infrastructure with the conventional rail national network in the vicinity of Handsacre (north of Birmingham); - mainline Switches & Crossings (S&C) units and 18 Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement); - The above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor); - track spacing infill to provide drainage continuity to drainage systems installed by others; - 324km of cable containment (troughing), to support the routing of HV and LV cables; and - provision of (and subsequent removal of) a temporary railhead at Berkswell to be used for construction purposes. The scope of the Lot 3 works includes the development of the detailed design for all track infrastructure within the North geographical area, and full integration of this design with the works of other Railway Systems packages. This Lot also includes the undertaking of static integration testing of the track system, as well as providing on-site support and facilitation of the dynamic testing phase coordinated by the client. The Lot 3 works also includes the undertaking of Principal Contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This Principal Contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of Engineering Trains for itself and others within the working area.

Track Systems Framework Agreement

HS2 Ltd has established a multi-supplier framework agreement (FA) alongside the delivery contracts for lots 1, 2 and 3. The scope of work covered by the FA will be: -- the works covered by lots 1, 2 and 3 (or the residual elements of those works) in the event of the termination or other failure of those contracts due to contractor default -- other parts of the scope of lots 1, 2 and 3 works in the event they are omitted from those contracts for any reasons; -- other optional works scope relating to the HS2 Track Systems or wider HS2 Project. HS2 Ltd appointed the following suppliers to the FA: * the successful tenderers for lots 1, 2 and 3 and, in the event they are different entities, * the second highest scoring tenderer for lots 1, * the second highest scoring tenderer for lot 2, and * the second highest scoring tenderer for lot 3. Any call-off contracts under the FA will be awarded following a mini-competition procedure, the rules for which are set out in the full FA. Only those parties appointed to the FA will be eligible to participate in such mini-competitions. There is no guaranteed minimum or maximum value of work to be awarded under the FA and HS2 Ltd reserves the right not to launch any mini-competition or award any call-off contracts under the FA, including for the avoidance of doubt, any call-off contract for all or part of the Delivery contract. HS2 Ltd reserves the right to provide in the FA for its use by any delivery body or other of its contractors or successor body appointed in relation to the HS2 Project to call off the Delivery contract. HS2 Ltd therefore reserves the right for the Delivery contract to be entered into by that delivery body or other contractor or successor body. The Delivery contract: HS2 Ltd reserves the right to award one or more call-off contracts for the Delivery works. The scope of works included within the Delivery includes the following: design and construction of --standard pre-cast slab track (a separate supply arrangement); --standard cast in-situ slab track or optional pre-cast slab track; --mainline switches and crossings (S&C) units and rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any hydraulically bonded layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor); --buffer stops -- either permanent or temporary units to support a phased entry into service; --track spacing infill to provide drainage continuity to systems installed by others; --cable containment (troughing), to support the routing of HV and LV cables; -- provision of (and subsequent removal of) a railhead at stone to be used for construction purposes, which is then subsequently converted into an Infrastructure maintenance base; -- rail served (IMB-R) for the ongoing maintenance of the clients rail-mounted plant fleet. The extent of the Delivery contract scope lot 4 works includes the design and installation of all track infrastructure within the geographical area, incl. through open route.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04deeb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005029-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award 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

45 - Construction work


CPV Codes

45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Feb 20251 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
15 Jan 20251 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
HIGH SPEED TWO (HS2) LTD
Contact Name
Not specified
Contact Email
scc@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

Supplier Information

Number of Suppliers
3
Supplier Names

COLAS RAIL

FERROVIAL BAM JOINT VENTURE

RHOMBERG SERSA

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-04deeb-2025-02-13T18:19:18Z",
    "date": "2025-02-13T18:19:18Z",
    "ocid": "ocds-h6vhtk-04deeb",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04deeb",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Track 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": "This procurement relates to track systems and HS2 Ltd has awarded the following contracts: 1) Delivery contract for Track - Urban (Lot 1 below) 2) Delivery contract for Track - Open Route Central (Lot 2 below) 3) Delivery contract for Track - Open Route North including Birmingham Spur (Lot 3 below) 4) Framework Agreement for Track delivery and other works (see Lot 4 below) Further information about the scope of works and the lots is set out in the remainder of this Contract Notice. Economic operators may have only expressed an interest in Lot 4 if they have also expressed an interest in one or more of Lots 1, 2 & 3. HS2 Ltd invoked an exceptional circumstance detailed in the ITT to award Lots 1, 2 and 3 to a single Tenderer.",
        "lots": [
            {
                "id": "1",
                "title": "Track - Urban",
                "description": "The scope of the Lot 1 works includes the installation of all track infrastructure within the Urban geographical area, which includes stations, open route, bored tunnels and cut and- cover tunnels. The track infrastructure incorporates the design and construction of: - resilient and standard cast in-situ slab track; - standard pre-cast slab track (a separate supply arrangement); - mainline Switches & Crossings (S&C) units and Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement); - the above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor); - buffer stops - a combination of permanent and temporary units to support a phased entry into service; - track spacing infill to provide drainage continuity to drainage systems installed by others; - cable containment (troughing), to support the routing of HV and LV cables; - provision of (and subsequent removal of) a temporary railhead at West Ruislip for used for construction purposes; and - a permanent maintenance facility at West Ruislip. The Lot 1 works include the development of the detailed design for all track infrastructure within the Urban geographical area, and full integration of this design with the works of others including Main Work Civils and Railway Systems packages. This Lot also includes the undertaking of static integration testing of the track system, as well as providing onsite support and facilitation of the dynamic testing phase coordinated by the client. The Lot 1 works also include Principal Contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This Principal Contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of Engineering Trains for itself and others within the working area.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "30%"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Track - Central",
                "description": "The scope of the Lot 2 works includes the installation of all track infrastructure within the Central geographical area, including through open route, viaducts and cut-and-cover tunnels. The track infrastructure incorporates the design and construction of: - standard pre-cast slab track (a separate supply arrangement); - mainline Switches & Crossings (S&C) units and 18 Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement); - the above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor); - buffer stops - a combination of permanent and temporary units to support a phased entry into service; - track spacing infill to provide drainage continuity to drainage systems installed by others; - cable containment (troughing), to support the routing of HV and LV cables; and - provision of (and subsequent removal of) a railhead at Calvert to be used for construction purposes, which is then subsequently converted into an Infrastructure Maintenance Depot (IMD) for the ongoing maintenance of HS2 Ltd's rail-mounted plant fleet. The scope of the Lot 2 works includes the development of the detailed design for all track infrastructure within the Central geographical area, and full integration of this design with the works of other Railway Systems packages. This Lot also includes the undertaking of static integration testing of the track system, as well as providing on-site support and facilitation of the dynamic testing phase coordinated by the client. The Lot 2 works also include the undertaking of Principal Contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This Principal Contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of Engineering Trains for itself and others within the working area.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "30%"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Track - North",
                "description": "The scope of the Lot 3 works includes the installation of all track infrastructure within the North geographical area, including through open route, viaducts and cut-and-cover tunnels. The track infrastructure incorporates the design and construction of: - standard pre-cast slab track (a separate supply arrangement); - High-Speed ballasted track (design and construction), to link the High-Speed infrastructure with the conventional rail national network in the vicinity of Handsacre (north of Birmingham); - mainline Switches & Crossings (S&C) units and 18 Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement); - The above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor); - track spacing infill to provide drainage continuity to drainage systems installed by others; - 324km of cable containment (troughing), to support the routing of HV and LV cables; and - provision of (and subsequent removal of) a temporary railhead at Berkswell to be used for construction purposes. The scope of the Lot 3 works includes the development of the detailed design for all track infrastructure within the North geographical area, and full integration of this design with the works of other Railway Systems packages. This Lot also includes the undertaking of static integration testing of the track system, as well as providing on-site support and facilitation of the dynamic testing phase coordinated by the client. The Lot 3 works also includes the undertaking of Principal Contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This Principal Contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of Engineering Trains for itself and others within the working area.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "30%"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "4",
                "title": "Track Systems Framework Agreement",
                "description": "HS2 Ltd has established a multi-supplier framework agreement (FA) alongside the delivery contracts for lots 1, 2 and 3. The scope of work covered by the FA will be: -- the works covered by lots 1, 2 and 3 (or the residual elements of those works) in the event of the termination or other failure of those contracts due to contractor default -- other parts of the scope of lots 1, 2 and 3 works in the event they are omitted from those contracts for any reasons; -- other optional works scope relating to the HS2 Track Systems or wider HS2 Project. HS2 Ltd appointed the following suppliers to the FA: * the successful tenderers for lots 1, 2 and 3 and, in the event they are different entities, * the second highest scoring tenderer for lots 1, * the second highest scoring tenderer for lot 2, and * the second highest scoring tenderer for lot 3. Any call-off contracts under the FA will be awarded following a mini-competition procedure, the rules for which are set out in the full FA. Only those parties appointed to the FA will be eligible to participate in such mini-competitions. There is no guaranteed minimum or maximum value of work to be awarded under the FA and HS2 Ltd reserves the right not to launch any mini-competition or award any call-off contracts under the FA, including for the avoidance of doubt, any call-off contract for all or part of the Delivery contract. HS2 Ltd reserves the right to provide in the FA for its use by any delivery body or other of its contractors or successor body appointed in relation to the HS2 Project to call off the Delivery contract. HS2 Ltd therefore reserves the right for the Delivery contract to be entered into by that delivery body or other contractor or successor body. The Delivery contract: HS2 Ltd reserves the right to award one or more call-off contracts for the Delivery works. The scope of works included within the Delivery includes the following: design and construction of --standard pre-cast slab track (a separate supply arrangement); --standard cast in-situ slab track or optional pre-cast slab track; --mainline switches and crossings (S&C) units and rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any hydraulically bonded layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor); --buffer stops -- either permanent or temporary units to support a phased entry into service; --track spacing infill to provide drainage continuity to systems installed by others; --cable containment (troughing), to support the routing of HV and LV cables; -- provision of (and subsequent removal of) a railhead at stone to be used for construction purposes, which is then subsequently converted into an Infrastructure maintenance base; -- rail served (IMB-R) for the ongoing maintenance of the clients rail-mounted plant fleet. The extent of the Delivery contract scope lot 4 works includes the design and installation of all track infrastructure within the geographical area, incl. through open route.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "30%"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "4"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "awards": [
        {
            "id": "005029-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-137957",
                    "name": "Ferrovial BAM Joint Venture"
                }
            ]
        },
        {
            "id": "005029-2025-2",
            "relatedLots": [
                "2"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-137957",
                    "name": "Ferrovial BAM Joint Venture"
                }
            ]
        },
        {
            "id": "005029-2025-3",
            "relatedLots": [
                "3"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-137957",
                    "name": "Ferrovial BAM Joint Venture"
                }
            ]
        },
        {
            "id": "005029-2025-4",
            "title": "Track Systems Framework Agreement",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-137957",
                    "name": "Ferrovial BAM Joint Venture"
                },
                {
                    "id": "GB-FTS-137958",
                    "name": "Colas Rail Limited"
                },
                {
                    "id": "GB-FTS-137959",
                    "name": "Rhomberg Sersa UK Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-3753",
            "name": "High Speed Two (HS2) Ltd",
            "identifier": {
                "legalName": "High Speed Two (HS2) Ltd"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "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-137957",
            "name": "Ferrovial BAM Joint Venture",
            "identifier": {
                "legalName": "Ferrovial BAM Joint Venture"
            },
            "address": {
                "streetAddress": "3rd Floor, Building 5, Chiswick Business Park, 566 Chiswick Park",
                "locality": "London",
                "region": "UK",
                "postalCode": "W4 5YS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-137958",
            "name": "Colas Rail Limited",
            "identifier": {
                "legalName": "Colas Rail Limited"
            },
            "address": {
                "streetAddress": "25 Victoria Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 0EX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-137959",
            "name": "Rhomberg Sersa UK Limited",
            "identifier": {
                "legalName": "Rhomberg Sersa UK Limited"
            },
            "address": {
                "streetAddress": "Moorgate House Clifton Moor Gate",
                "locality": "York",
                "region": "UK",
                "postalCode": "YO30 4WY",
                "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-3753",
        "name": "High Speed Two (HS2) Ltd"
    },
    "contracts": [
        {
            "id": "005029-2025-1",
            "awardID": "005029-2025-1",
            "status": "active",
            "dateSigned": "2025-01-15T00:00:00Z"
        },
        {
            "id": "005029-2025-2",
            "awardID": "005029-2025-2",
            "status": "active",
            "dateSigned": "2025-01-15T00:00:00Z"
        },
        {
            "id": "005029-2025-3",
            "awardID": "005029-2025-3",
            "status": "active",
            "dateSigned": "2025-01-15T00:00:00Z"
        },
        {
            "id": "005029-2025-4",
            "awardID": "005029-2025-4",
            "title": "Track Systems Framework Agreement",
            "status": "active",
            "dateSigned": "2025-01-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 3
            },
            {
                "id": "7",
                "measure": "bids",
                "relatedLot": "3",
                "value": 3
            },
            {
                "id": "8",
                "measure": "bids",
                "value": 4
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:209541-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}