Track Systems

This procurement for track systems relates to 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 …

CPV: 34940000 Railway equipment, 34941200 Track rails, 34941600 Crossovers, 34941800 Railway points, 34944000 Points heating system, 34946000 Railway-track construction materials and supplies, 34946110 Rails, 34947000 Sleepers and parts of sleepers, 43500000 Track-laying vehicles, 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork, 45234100 Railway construction works, 45234112 Railway depot construction work, 45234116 Track construction works, 71320000 Engineering design services
áit fhorghníomhaithe:
Track Systems
clárlann:
High Speed Two (HS2) Ltd
uimhir dámhachtana:
LOT-0001

1. Buyer

1.1 Buyer

Official name : High Speed Two (HS2) Ltd
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Track Systems
Description : This procurement for track systems relates to 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 other Track related works (see Lot 4 below).
Procedure identifier : 55d6778c-5d0f-45bc-99f5-a2127566d5b5
Previous notice : 209541-2020
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

2.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( UKZZZ )
Country : United Kingdom

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

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.
Internal identifier : LOT-0001

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 34940000 Railway equipment
Additional classification ( cpv ): 34941200 Track rails
Additional classification ( cpv ): 34941600 Crossovers
Additional classification ( cpv ): 34941800 Railway points
Additional classification ( cpv ): 34944000 Points heating system
Additional classification ( cpv ): 34946000 Railway-track construction materials and supplies
Additional classification ( cpv ): 34946110 Rails
Additional classification ( cpv ): 34947000 Sleepers and parts of sleepers
Additional classification ( cpv ): 43500000 Track-laying vehicles
Additional classification ( cpv ): 45234100 Railway construction works
Additional classification ( cpv ): 45234112 Railway depot construction work
Additional classification ( cpv ): 45234116 Track construction works
Additional classification ( cpv ): 71320000 Engineering design services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 707 522 683,99 Pound sterling

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.12 Terms of procurement

Information about review deadlines : HS2 Ltd incorporated a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract and the reasons for the award decision are communicated to tenderers.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : High Court -
Review organisation : High Court -
Information about review deadlines : HS2 Ltd incorporated a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract and the reasons for the award decision are communicated to tenderers.
Organisation providing additional information about the procurement procedure : High Speed Two (HS2) Ltd -

5.1 Lot technical ID : LOT-0002

Title : Lot 2: Track Open Route Central
Description : The scope of the Lot 2works 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.

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 34940000 Railway equipment
Additional classification ( cpv ): 34941200 Track rails
Additional classification ( cpv ): 34941600 Crossovers
Additional classification ( cpv ): 34944000 Points heating system
Additional classification ( cpv ): 34946000 Railway-track construction materials and supplies
Additional classification ( cpv ): 34946110 Rails
Additional classification ( cpv ): 34947000 Sleepers and parts of sleepers
Additional classification ( cpv ): 43500000 Track-laying vehicles
Additional classification ( cpv ): 45234100 Railway construction works
Additional classification ( cpv ): 45234112 Railway depot construction work
Additional classification ( cpv ): 45234116 Track construction works
Additional classification ( cpv ): 71320000 Engineering design services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 288 744 945,39 Pound sterling

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.12 Terms of procurement

Information about review deadlines : HS2 Ltd incorporated a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract and the reasons for the award decision are communicated to tenderers.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : High Court -
Review organisation : High Court -
Information about review deadlines : HS2 Ltd incorporated a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract and the reasons for the award decision are communicated to tenderers.
Organisation providing additional information about the procurement procedure : High Speed Two (HS2) Ltd -

5.1 Lot technical ID : LOT-0003

Title : Lot 3: Track Open Route 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.

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 34940000 Railway equipment
Additional classification ( cpv ): 34941200 Track rails
Additional classification ( cpv ): 34941600 Crossovers
Additional classification ( cpv ): 34941800 Railway points
Additional classification ( cpv ): 34944000 Points heating system
Additional classification ( cpv ): 34946000 Railway-track construction materials and supplies
Additional classification ( cpv ): 34946110 Rails
Additional classification ( cpv ): 34947000 Sleepers and parts of sleepers
Additional classification ( cpv ): 43500000 Track-laying vehicles
Additional classification ( cpv ): 45234100 Railway construction works
Additional classification ( cpv ): 45234112 Railway depot construction work
Additional classification ( cpv ): 45234116 Track construction works
Additional classification ( cpv ): 71320000 Engineering design services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 690 700 120,89 Pound sterling

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.12 Terms of procurement

Information about review deadlines : HS2 Ltd incorporated a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract and the reasons for the award decision are communicated to tenderers.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : High Court -
Review organisation : High Court -
Information about review deadlines : HS2 Ltd incorporated a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract and the reasons for the award decision are communicated to tenderers.
Organisation providing additional information about the procurement procedure : High Speed Two (HS2) Ltd -

5.1 Lot technical ID : LOT-0004

Title : Track 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.

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 34940000 Railway equipment
Additional classification ( cpv ): 34941200 Track rails
Additional classification ( cpv ): 34941600 Crossovers
Additional classification ( cpv ): 34941800 Railway points
Additional classification ( cpv ): 34944000 Points heating system
Additional classification ( cpv ): 34946000 Railway-track construction materials and supplies
Additional classification ( cpv ): 34946110 Rails
Additional classification ( cpv ): 34947000 Sleepers and parts of sleepers
Additional classification ( cpv ): 43500000 Track-laying vehicles
Additional classification ( cpv ): 45234100 Railway construction works
Additional classification ( cpv ): 45234112 Railway depot construction work
Additional classification ( cpv ): 45234116 Track construction works
Additional classification ( cpv ): 71320000 Engineering design services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 270 032 249,73 Pound sterling

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.12 Terms of procurement

Information about review deadlines : HS2 Ltd incorporated a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract and the reasons for the award decision are communicated to tenderers.

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : High Court -
Review organisation : High Court -
Information about review deadlines : HS2 Ltd incorporated a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract and the reasons for the award decision are communicated to tenderers.
Organisation providing additional information about the procurement procedure : High Speed Two (HS2) Ltd -

6. Results

Value of all contracts awarded in this notice : 1 957 000 000 Pound sterling
Maximum value of the framework agreements in this notice : 270 032 249,73 Pound sterling
Approximate value of the framework agreements : 270 032 249,73 Pound sterling

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Ferrovial BAM Joint Venture
Tender :
Tender identifier : Ferrovial BAM Joint Venture L1
Identifier of lot or group of lots : LOT-0001
Value of the tender : 707 522 683,99 Pound sterling
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : LOT-0003
Date of the conclusion of the contract : 15/01/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Ferrovial BAM Joint Venture
Tender :
Tender identifier : Ferrovial BAM Joint Venture L2
Identifier of lot or group of lots : LOT-0002
Value of the tender : 288 744 945,39 Pound sterling
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : LOT-0002
Date of the conclusion of the contract : 15/01/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Ferrovial BAM Joint Venture
Tender :
Tender identifier : Ferrovial BAM Joint Venture L3
Identifier of lot or group of lots : LOT-0003
Value of the tender : 690 700 120,89 Pound sterling
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : LOT-0001
Date of the conclusion of the contract : 15/01/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

6.1 Result lot ldentifier : LOT-0004

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 270 032 249,73 Pound sterling
Re-estimated value of the framework agreement : 270 032 249,73 Pound sterling

6.1.2 Information about winners

Winner :
Official name : Ferrovial BAM Joint Venture
Tender :
Tender identifier : Ferrovial BAM Joint Venture L4
Identifier of lot or group of lots : LOT-0004
Value of the tender : 270 032 249,73 Pound sterling
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : LOT-0004
Date of the conclusion of the contract : 25/01/2025
Winner :
Official name : Colas Rail Limited
Tender :
Tender identifier : Colas Rail Limited
Identifier of lot or group of lots : LOT-0004
Value of the tender : 270 032 249,73 Pound sterling
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : LOT-0004
Date of the conclusion of the contract : 25/01/2025
Winner :
Official name : Strabag AG
Tender :
Tender identifier : Strabag Rhomberg Sersa Joint Venture
Identifier of lot or group of lots : LOT-0004
Value of the tender : 270 032 249,73 Pound sterling
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : LOT-0004
Date of the conclusion of the contract : 25/01/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 4

8. Organisations

8.1 ORG-0001

Official name : High Speed Two (HS2) Ltd
Registration number : 06791686
Postal address : Two Snowhill, Queensway
Town : Birmingham
Postcode : B4 6GA
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( UKZZZ )
Country : United Kingdom
Contact point : HS2 Procurement
Telephone : +44 2079446392
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : High Court
Registration number : 09000140
Postal address : Royal Courts of Justice, Strand
Town : London
Postcode : WC2A 2LL
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( UKZZZ )
Country : United Kingdom
Telephone : +44 20794760000
Roles of this organisation :
Review organisation
Mediation organisation

8.1 ORG-0003

Official name : Ferrovial BAM Joint Venture
Registration number : 05779755
Registration number : 00305189
Town : London
Postcode : W4 5YS
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( UKZZZ )
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0004

8.1 ORG-0004

Official name : Colas Rail Limited
Registration number : 2995525
Postal address : Colas Rail Limited
Town : 25 Victoria Street
Postcode : SW1H 0EX
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( UKZZZ )
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0004

8.1 ORG-0005

Official name : Strabag AG
Registration number : FC030275
Postal address : STRABAG AG
Town : 27 Ortenburgerstrasse, Spittal An Der Drau
Postcode : A-9800
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( UKZZZ )
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0004

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : adaec2fd-948f-4de4-967c-b588add35983 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 13/02/2025 17:12 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00103621-2025
OJ S issue number : 33/2025
Publication date : 17/02/2025