Notice Information
Notice Title
Phase One Stations: Design Services Contracts
Notice Description
HS2 Ltd has awarded the Stations Design Services Contracts (SDSC) which are divided into the following 4 Lots: Southern Lots * London Euston; and * Old Oak Common. Northern Lots * Interchange Station; and * Birmingham Curzon Street. The scope of Design Services (including base scope and optional scope) was described in the Pre-Qualification Pack ('PQP') and accompanying Procurement Documents, Applicants/Tenderers were able to express interest in and, if shortlisted, tender for all 4 Lots.
Lot Information
Interchange
Lot 3: Procurement for a Design Services Contract for design and other related services in relation to the new HS2 Interchange Station. The Consultant provides a multi-disciplinary design team to provide station design services in two stages: * Stage 1: Development of a design in accordance with the Employer's Requirements to deliver HS2's "Design Vision" within the delivery budget; achieve Schedule 17 Planning Approval for the station works (Employer's design stage 'Scheme Design': broadly equivalent to RIBA stage 3); and further design as specified by the Employer to further develop specifications to support delivery planning and procurement; * Stage 2: After appointment of the station MWSC and the receipt of applicable planning approval, the design services contract will be novated to the MWSC who will instruct "Lead Designer" scope of services. The Consultant will undertake this Lead Designer role and any further design services instructed by and agreed with the MWSC.
Options: HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts and/or require optional scope to be performed.
Procurement Information
This is a voluntary ex ante transparency notice ("VEAT Notice") pursuant to Regulation 114 of the Utilities Contracts Regulations 2016 ("UCR") relating to a variation agreement to increase the value of an awarded contract. The Phase One Stations: Design Services Contracts (113915-2018) (the "SDSC") was awarded in 2018. The SDSC included 4 lots. The total value of the SDSC was 221,000,000 GBP. The value of the Lot 3 contract for Interchange Station (the "Lot 3 Contract")) was 23,000,000 GBP. This VEAT Notice is issued to confirm that High Speed Two (HS2) Ltd ("HS2") intends to instruct a variation to the Lot 3 Contract in order for additional services to be provided. These additional services will consist of taking the Interchange Station Scheme Design to Detailed Design, broadly equivalent to RIBA Stage 4. The total value of the Lot 3 Contract will increase from 23,000,000 GBP by 16,000,000 GBP to 39,000,000 GBP (excluding VAT) to account for the additional services being required over and above the original estimate. The total value of the SDSC after executing the variation excluding VAT will be 237,000,000.00 GBP. The modification described above is not a substantial modification, and therefore it can be made without a new procurement procedure under Regulation 88(1)(e) of the UCR. The proposed modification is not 'substantial' within the meaning of Regulation 88(7) for the following reasons: Albeit the modification adds scope and increases the contract value, it does not extend the scope considerably (the original scope advising that some Works Packages may be required to the level of Detailed Design, with "further development of design" potentially being instructed by the Employer). As such, the character of the contract has not changed, which continues to be for the provision of design services for the Interchange Station. The Consultant delivering the scope remains unchanged, and the there is no shift in economic balance of the contract as the prices for introduction of modified scope have been compiled based on the agreed, competitively tendered contracted rates. The additional services would not have allowed for different bidders to participate nor admission of additional participants as similar skills are required to provide scheme as are required to undertake Detailed Design and it is not considered that the additional services would have altered the original procurement outcome because the difference in score between the successful and unsuccessful tenders would not have been impacted by such addition. HS2 intends to enter into the variation agreement not sooner than thirty (30) days after the date that immediately follows the date of publication of the VEAT Notice on the TED platform.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f106
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/080733-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £237,000,000 £100M-£1B
Notice Dates
- Publication Date
- 8 Dec 20252 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 13 Feb 20188 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
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
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-05f106-2025-12-08T15:48:45Z",
"date": "2025-12-08T15:48:45Z",
"ocid": "ocds-h6vhtk-05f106",
"description": "A VEAT notice has been issued on the tenders electronic daily (TED) platform, notice ref - 772637-2025.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-05f106",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Phase One Stations: Design Services Contracts",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"mainProcurementCategory": "services",
"description": "HS2 Ltd has awarded the Stations Design Services Contracts (SDSC) which are divided into the following 4 Lots: Southern Lots * London Euston; and * Old Oak Common. Northern Lots * Interchange Station; and * Birmingham Curzon Street. The scope of Design Services (including base scope and optional scope) was described in the Pre-Qualification Pack ('PQP') and accompanying Procurement Documents, Applicants/Tenderers were able to express interest in and, if shortlisted, tender for all 4 Lots.",
"lots": [
{
"id": "3",
"title": "Interchange",
"description": "Lot 3: Procurement for a Design Services Contract for design and other related services in relation to the new HS2 Interchange Station. The Consultant provides a multi-disciplinary design team to provide station design services in two stages: * Stage 1: Development of a design in accordance with the Employer's Requirements to deliver HS2's \"Design Vision\" within the delivery budget; achieve Schedule 17 Planning Approval for the station works (Employer's design stage 'Scheme Design': broadly equivalent to RIBA stage 3); and further design as specified by the Employer to further develop specifications to support delivery planning and procurement; * Stage 2: After appointment of the station MWSC and the receipt of applicable planning approval, the design services contract will be novated to the MWSC who will instruct \"Lead Designer\" scope of services. The Consultant will undertake this Lead Designer role and any further design services instructed by and agreed with the MWSC.",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "70%"
},
{
"type": "price",
"description": "30%"
}
]
},
"hasOptions": true,
"options": {
"description": "HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts and/or require optional scope to be performed."
}
}
],
"items": [
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "3"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"id": "D_OUTSIDE_SCOPE",
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "This is a voluntary ex ante transparency notice (\"VEAT Notice\") pursuant to Regulation 114 of the Utilities Contracts Regulations 2016 (\"UCR\") relating to a variation agreement to increase the value of an awarded contract. The Phase One Stations: Design Services Contracts (113915-2018) (the \"SDSC\") was awarded in 2018. The SDSC included 4 lots. The total value of the SDSC was 221,000,000 GBP. The value of the Lot 3 contract for Interchange Station (the \"Lot 3 Contract\")) was 23,000,000 GBP. This VEAT Notice is issued to confirm that High Speed Two (HS2) Ltd (\"HS2\") intends to instruct a variation to the Lot 3 Contract in order for additional services to be provided. These additional services will consist of taking the Interchange Station Scheme Design to Detailed Design, broadly equivalent to RIBA Stage 4. The total value of the Lot 3 Contract will increase from 23,000,000 GBP by 16,000,000 GBP to 39,000,000 GBP (excluding VAT) to account for the additional services being required over and above the original estimate. The total value of the SDSC after executing the variation excluding VAT will be 237,000,000.00 GBP. The modification described above is not a substantial modification, and therefore it can be made without a new procurement procedure under Regulation 88(1)(e) of the UCR. The proposed modification is not 'substantial' within the meaning of Regulation 88(7) for the following reasons: Albeit the modification adds scope and increases the contract value, it does not extend the scope considerably (the original scope advising that some Works Packages may be required to the level of Detailed Design, with \"further development of design\" potentially being instructed by the Employer). As such, the character of the contract has not changed, which continues to be for the provision of design services for the Interchange Station. The Consultant delivering the scope remains unchanged, and the there is no shift in economic balance of the contract as the prices for introduction of modified scope have been compiled based on the agreed, competitively tendered contracted rates. The additional services would not have allowed for different bidders to participate nor admission of additional participants as similar skills are required to provide scheme as are required to undertake Detailed Design and it is not considered that the additional services would have altered the original procurement outcome because the difference in score between the successful and unsuccessful tenders would not have been impacted by such addition. HS2 intends to enter into the variation agreement not sooner than thirty (30) days after the date that immediately follows the date of publication of the VEAT Notice on the TED platform."
},
"awards": [
{
"id": "080733-2025-SDSC2159-1",
"relatedLots": [
"3"
],
"title": "London Euston",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-168574",
"name": "Ove Arup & Partner International Limited"
}
]
},
{
"id": "080733-2025-SDSC2160-2",
"relatedLots": [
"3"
],
"title": "Old Oak Common",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-168575",
"name": "WSP UK Limited"
}
]
},
{
"id": "080733-2025-SDSC2161-3",
"relatedLots": [
"3"
],
"title": "Interchange",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-168574",
"name": "Ove Arup & Partner International Limited"
}
]
},
{
"id": "080733-2025-SDSC2162-4",
"relatedLots": [
"3"
],
"title": "Birmingham Curzon St",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-168575",
"name": "WSP 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://gov.uk/government/organisations/high-speed-two-limited",
"classifications": [
{
"id": "RAILWAY_SERVICES",
"scheme": "TED_CE_ACTIVITY",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-168574",
"name": "Ove Arup & Partner International Limited",
"identifier": {
"legalName": "Ove Arup & Partner International Limited"
},
"address": {
"streetAddress": "13 Fitzroy Street",
"locality": "London",
"region": "UK",
"postalCode": "W1T 4BQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-168575",
"name": "WSP UK Limited",
"identifier": {
"legalName": "WSP UK Limited"
},
"address": {
"streetAddress": "WSP House, 70 Chancery Lane",
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-66",
"name": "The High Court of England and Wales",
"identifier": {
"legalName": "The High Court of England and Wales"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-3753",
"name": "High Speed Two (HS2) Ltd"
},
"contracts": [
{
"id": "080733-2025-SDSC2159-1",
"awardID": "080733-2025-SDSC2159-1",
"title": "London Euston",
"status": "active",
"value": {
"amount": 98000000,
"currency": "GBP"
},
"dateSigned": "2018-02-13T00:00:00Z"
},
{
"id": "080733-2025-SDSC2160-2",
"awardID": "080733-2025-SDSC2160-2",
"title": "Old Oak Common",
"status": "active",
"value": {
"amount": 70000000,
"currency": "GBP"
},
"dateSigned": "2018-02-13T00:00:00Z"
},
{
"id": "080733-2025-SDSC2161-3",
"awardID": "080733-2025-SDSC2161-3",
"title": "Interchange",
"status": "active",
"value": {
"amount": 39000000,
"currency": "GBP"
},
"dateSigned": "2018-02-13T00:00:00Z"
},
{
"id": "080733-2025-SDSC2162-4",
"awardID": "080733-2025-SDSC2162-4",
"title": "Birmingham Curzon St",
"status": "active",
"value": {
"amount": 30000000,
"currency": "GBP"
},
"dateSigned": "2018-02-13T00:00:00Z"
}
],
"language": "en"
}