Published date: 15 December 2020

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 5 February 2021, 12am

Contract summary

Industry

  • Railway equipment - 34940000

  • Rails and accessories - 34941000

  • Track rails - 34941200

    • Crossovers - 34941600

    • Railway points - 34941800

    • Points heating system - 34944000

    • Railway-track construction materials and supplies - 34946000

    • Railway-track construction materials - 34946100

    • Rails - 34946110

    • Sleepers and parts of sleepers - 34947000

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

Location of contract

Any region

Value of contract

£375,500,000

Procurement reference

tender_237735/860448

Published date

15 December 2020

Closing date

5 February 2021

Closing time

12am

Contract start date

19 April 2022

Contract end date

21 August 2030

Contract type

Supply contract

Procedure type

Competitive procedure with negotiation (above threshold)

Anyone may ask to participate, but only those who are pre-selected will be invited to submit initial tenders and to negotiate.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

No

Contract is suitable for VCSEs?

No


Description

HS2 Ltd intends to procure across Phase One, Phase 2a, with an option exercisable to include those for Phase 2b of the project and the maintenance depots for the design, manufacture, delivery and provision of technical support for Switches and Crossings (S&C), including associated Points Operating Equipment (POE), together with Rail Expansion Devices (REDs). This includes installation of the condition monitoring system and POE.

The S&C system must include units that are proven in service.
In accordance with the Request to Participate ('RTP'), evidence will be required of S&C units designed, manufactured and delivered within the last 20 years which have a minimum of 2 years of use with commercial high-speed train services that meet all of the following criteria:
- They are installed on Pre-Cast concrete slab track;
- The 'diverging' path of the S&C layout uses a clothoidal (not circular curve) switch entry geometry at the turnout beginning; and
- They have a turn-out (diverging) speed of 200km/h or higher and a main line (through) speed of 300km/h or higher.
where the term "commercial high-speed train services" refers to services operating on specially built high-speed lines equipped for speeds generally equal to or greater than 250 km/h.

Phase One includes:
- 469 single track kms, including 250 bridges, 58 viaducts, 47 underbridges, 148 overbridges.
- Three passing / maintenance loops/sidings and four complex track junctions.
- 158 point ends, including 64 high-speed turnouts (between 130km/h and 230 km/h) and 72 low-medium speed turnouts (up to and including 100km/h) including 5 diamond crossovers and one set of trap points.
- 54 Rail Expansion Devices (REDs).
- Option for S&C Calvert Infrastructure Maintenance Depot and additional S&C at Washwood Heath Rolling Stock Depot.

Phase 2a includes:
- 116 single track kms, including 18 underbridges, 43 overbridges, 4 viaducts, 2 tunnels, 1 retained cutting.
- 23 point ends, including 18 high-speed turnouts(between 130km/h and 230km/h) and 5 low-medium speed turnouts (up to and including 100km/h).
- 23 Rail Expansion Devices (REDs).
- Option for S&C at Stone Infrastructure Maintenance Base.

Applicants should be aware that HS2 Ltd reserves the right to re-allocate work identified in the scope of this procurement between different HS2 Ltd contracts as it requires or to change the contractual structure set out in the Heads of Terms. As will be set out in detail in the ITT, HS2 Ltd also reserves the right to omit any of the work set out in this document from the final scope of work.

Further information on the procurement and on the Scope is included in the Candidate's Guide made available by HS2 Ltd and in the accompanying draft initial Procurement Documents (including the draft Invitation and draft Request to Participate ('RTP') documents).
HS2 Ltd intends to limit the number of Tenderers on the basis set out in section 4.7 of the draft Invitation.


About the buyer

Contact name

Procurement

Address

High Speed Two (HS2) Ltd, Two Snowhill, Queensway
Birmingham
B4 6GA
England

Email

scc@hs2.org.uk

Website

https://www.gov.uk/government/organisations/high-speed-two-limited