Notice Information
Notice Title
European Traffic Management System (ERTMS) Early Works - Stage 2 (Develop) Support Services
Notice Description
Preliminary Market Engagement Notice London St. Pancras Highspeed's current TVM430 signalling system is reaching obsolescence, creating increasing operational, safety and resilience risks. Without intervention, system reliability and lifecycle issues are expected to significantly impact network performance from the 2030s. Stage 1 of the upgrade programme--delivered with SYSTRA--produced an Operational Context Document, a Technical Strategy with long- and short-list options, and a Strategic Outline Business Case (SOBC) in WebTAG format. This completed the Rail Network Enhancements Pipeline (RNEP) Stage 1: Determine. LSPH and its stakeholders are now progressing to RNEP Stage 2: Develop, requiring specialist external consultancy support throughout 2026. Stage 2 will resolve key strategic questions, including the preferred technology solution for replacing TVM430, the funding approach within the HS1 regulatory and concession framework, the suitability of innovative commercial models, strategic opportunities, and the project delivery and scope choices that minimise whole-life cost. Additional strategic issues may be identified collaboratively during the process. Summary of requirement Stage 2 has an estimated duration of six months, extending if an option to complete on-site surveys is executed, and aims to evaluate a range of delivery options for introducing ERTMS on High Speed 1. The assessment will include but not be limited to benefits, costs, deliverability, and operational impacts. The objective is to secure full stakeholder agreement on a single, coherent project delivery strategy for ERTMS implementation. To complete Stage 2, the appointed consultant will deliver: * Confirmation of the preferred technical option, commercial delivery model, funding route, and integrated project delivery model. * Long-list and short-list optioneering across technical, commercial, and funding dimensions to determine the integrated delivery model. * A whole-life cost estimate for the integrated delivery model. * A delivery schedule through to entry into service and handover to maintenance. * A comprehensive RAID (Risks, Assumptions, Issues and Dependencies) register in the authority's format. * All Deliverables from the Deliverables Register (to be provided). * Satisfy paragraphs A.6 to A.11 of the latest Rail Network Enhancements Pipeline guidance to enable progression to the next phase. Required Outcome All relevant stakeholders support and agree to the implementation of a single, coherent project delivery strategy for ERTMS on High Speed 1. Timescales and Procedure The Contracting Authority intends to follow a Competitive Flexible procedure in this procurement. The Contracting Authority intends to publish a tender notice in April 2026 and award a contract in September 2026.
Planning Information
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=103618&TID=100108811&B=
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-066937
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022699-2026
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK2 - Preliminary Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71311230 - Railway engineering services
79410000 - Business and management consultancy services
79411000 - General management consultancy services
Notice Value(s)
- Tender Value
- £600,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Mar 2026Yesterday
- Submission Deadline
- Not specified
- Future Notice Date
- 20 Apr 20262 months to go
- Award Date
- Not specified
- Contract Period
- 28 Sep 2026 - 26 Feb 2027 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Planning
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HS1 LTD (T/A LONDON ST. PANCRAS HIGHSPEED)
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- N1 9AG
- Post Town
- North London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI43 Haringey and Islington
- Delivery Location
- TLI London
-
- Local Authority
- Islington
- Electoral Ward
- Caledonian
- Westminster Constituency
- Islington South and Finsbury
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/022699-2026
13th March 2026 - Preliminary market engagement notice on Find a Tender
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-066937-2026-03-13T09:31:44Z",
"date": "2026-03-13T09:31:44Z",
"ocid": "ocds-h6vhtk-066937",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PHRY-2121-WLBT",
"name": "HS1 Ltd (t/a London St. Pancras Highspeed)",
"identifier": {
"scheme": "GB-PPON",
"id": "PHRY-2121-WLBT"
},
"address": {
"streetAddress": "5th floor, Kings Place, 90 York Way",
"locality": "London",
"postalCode": "N1 9AG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI43"
},
"contactPoint": {
"name": "Procurement Two",
"email": "procurement@highspeed1.co.uk",
"telephone": "+44 2070142700"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.stpancras-highspeed.com",
"classifications": [
{
"id": "privateUtility",
"scheme": "UK_CA_TYPE",
"description": "Private utility"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PHRY-2121-WLBT",
"name": "HS1 Ltd (t/a London St. Pancras Highspeed)"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=103618&TID=100108811&B=",
"dueDate": "2026-03-27T23:59:59Z",
"status": "scheduled"
}
],
"documents": [
{
"id": "022699-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/022699-2026",
"datePublished": "2026-03-13T09:31:44Z",
"format": "text/html"
}
]
},
"tender": {
"id": "2026-10",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "European Traffic Management System (ERTMS) Early Works - Stage 2 (Develop) Support Services",
"description": "Preliminary Market Engagement Notice London St. Pancras Highspeed's current TVM430 signalling system is reaching obsolescence, creating increasing operational, safety and resilience risks. Without intervention, system reliability and lifecycle issues are expected to significantly impact network performance from the 2030s. Stage 1 of the upgrade programme--delivered with SYSTRA--produced an Operational Context Document, a Technical Strategy with long- and short-list options, and a Strategic Outline Business Case (SOBC) in WebTAG format. This completed the Rail Network Enhancements Pipeline (RNEP) Stage 1: Determine. LSPH and its stakeholders are now progressing to RNEP Stage 2: Develop, requiring specialist external consultancy support throughout 2026. Stage 2 will resolve key strategic questions, including the preferred technology solution for replacing TVM430, the funding approach within the HS1 regulatory and concession framework, the suitability of innovative commercial models, strategic opportunities, and the project delivery and scope choices that minimise whole-life cost. Additional strategic issues may be identified collaboratively during the process. Summary of requirement Stage 2 has an estimated duration of six months, extending if an option to complete on-site surveys is executed, and aims to evaluate a range of delivery options for introducing ERTMS on High Speed 1. The assessment will include but not be limited to benefits, costs, deliverability, and operational impacts. The objective is to secure full stakeholder agreement on a single, coherent project delivery strategy for ERTMS implementation. To complete Stage 2, the appointed consultant will deliver: * Confirmation of the preferred technical option, commercial delivery model, funding route, and integrated project delivery model. * Long-list and short-list optioneering across technical, commercial, and funding dimensions to determine the integrated delivery model. * A whole-life cost estimate for the integrated delivery model. * A delivery schedule through to entry into service and handover to maintenance. * A comprehensive RAID (Risks, Assumptions, Issues and Dependencies) register in the authority's format. * All Deliverables from the Deliverables Register (to be provided). * Satisfy paragraphs A.6 to A.11 of the latest Rail Network Enhancements Pipeline guidance to enable progression to the next phase. Required Outcome All relevant stakeholders support and agree to the implementation of a single, coherent project delivery strategy for ERTMS on High Speed 1. Timescales and Procedure The Contracting Authority intends to follow a Competitive Flexible procedure in this procurement. The Contracting Authority intends to publish a tender notice in April 2026 and award a contract in September 2026.",
"items": [
{
"id": "LOT-0000",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79411000",
"description": "General management consultancy services"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0000"
}
],
"value": {
"amountGross": 600000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"lots": [
{
"id": "LOT-0000",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-28T00:00:00Z",
"endDate": "2027-02-26T23:59:59Z"
},
"status": "planning"
}
],
"communication": {
"futureNoticeDate": "2026-04-20T23:59:59+01:00"
},
"status": "planning"
},
"language": "en"
}