Loading page content…
Loading page content…
Loading contract search results…
Loading contract details…
| Source: | Find a Tender Service (FTS) |
| Notice Type: | Pipeline / planning |
| Buyer: | HS1 Ltd (t/a London St. Pancras Highspeed) |
| Main Category: | Services |
| Procurement Method: | — |
| Tender Status: | Complete |
| Estimated Value (ex. VAT): | £600,000 |
| Estimated Value (inc. VAT): | £600,000 |
| Release Date: | 13 March 2026 |
| Application Deadline: | 27 March 2026 |
| Contract Start Date: | 28 September 2026 (Estimated) |
| Contract End Date: | 26 February 2027 (Estimated) |
| Contract Duration: | 5 months |
| Procurement ID (OCID): | ocds-h6vhtk-066937 |
| Notice Reference: | 022699-2026 |
View Original Notice
Access the full notice on the official portal
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.
Published contracts in the last 12 months
5
total contracts
£99.7m
total value
£33,235,714
average contract size
Typical categories
Pipeline status
Not addedContract imported automatically · AI writes the response
Application Deadline
27 March 2026
Closed
Estimated Value
£600,000
Need help writing this bid?
Our specialists write winning tender responses. Free consultation, no obligation.
Book a free consultation →