Lot 1 involves the construction of pre-cast slab track in open routes and pre-cast or insitu slab track in tunnel areas, temporary Railheads/depots together with permanent Infrastructure Maintenance Bases (IMB) & Infrastructure Maintenance Bases Rail (IMBR).
The extent of the Lot 1 works include track within stations (physical station construction is outside the scope of this procurement), route sections, twin-bore tunnels and green/cut and cover tunnels.
This Lot includes Design, Build, Testing and Commissioning of Track & OCS* including:
— Design integration and co-ordination with all other disciplines and Rail Systems packages,
— Main Works Civils and Stations contractors,
— Installation of Hydraulically Bonded Layer or Concrete Base Layer,
— Installation of modular Slab Track System (NOTE: HS2 Ltd’s pre-defined precast slab track system contract (encompassing slab track manufacture) will be novated to the winning Lot 1 bidder),
— In-situ and embedded (Euston station),
— Installation of Ballasted Track System within depots and at conventional infrastructure fringes, including Under Sleeper Pads, Rail Expansion Joints, Installation of Switches and Crossings as well as associated point operating & detection systems plus points heating,
— Track Slab drainage,
— Construction of two strategic temporary Railheads (complete with sidings - West Ruislip & Calvert),
— Construction of permanent Infrastructure Maintenance Depot at Calvert, Construction of an IMB and an (IMBR) at Stone and West Ruislip,
— Cable containment in the open route e.g for High Voltage power systems,
— OCS foundations & steelwork, small parts steelwork, support & registration equipment,
— In span assemblies including tensioning devices, neutral sections, asset condition monitoring equipment, switches & sectioning arrangements, registration & panning, earthing and bonding, electrification signage, factory and site testing, all assurance documentation including TSI and Common Safety Method (CSM) evidence and interface with HS2 Ltd’s appointed Notified Body (NoBo), and hand-over documentation.
The Lot 1 Contractor will be the route-wide ‘Principal Contractor’ responsible for construction integration in the trackside / trace/ railheads / IMD / IMB / IMBR areas including the provision of engineering trains for others from railheads to work locations.
The Lot 1 Contractor shall be responsible for the running of the construction railway through to the end of dynamic testing phase prior to the trial running phase. It is intended that the defects date will be 104 weeks after the completion of dynamic testing for the final Area i.e. the final dynamic testing of an Area in Phase 2a being the intended date of completion of the whole of the works. The final detailed arrangements will be as set out in the Invitation To Tender (ITT).
HS2 Ltd has contracted with SNCF Reseau to prepare certain OCS system design information, such information will be available in the Invitation To Tender pack. Note: the obligation for the design of the OCS masts / gantries remains solely with Contractor, such design shall be in accordance with constraints set by HS2 Ltd such as the aesthetic look of the masts / gantries in certain areas along the Phase 1 and 2a route.
In the event that the future Lot 1 tenderer intends to propose an alternative OCS system that is different to that already procured by HS2 Ltd, such alternative shall be wholly consistent with that being developed by HS2 Ltd and meet the requirements as set out in these procurement documents and reference design which will be available in the Invitation To Tender documentation.
The dynamic testing activity is being undertaken across a series of “Areas” and the dynamic testing for the first Area will be completed early in 2025. The Employer will commence the maintenance of assets from the start of the Trial Operations phase in any given Area. The liability date will then be 12 years from the defects date.