Preliminary Design Services for South Island Line (West) (Consultancy Agreement No.: C2201)

SOUTH ISLAND LINE (WEST) (SIL(W))

 

Pre-qualification for


Preliminary Design Services for South Island Line (West)
Consultancy Agreement No.: C2201

 

Expressions of Interest are invited from suitably qualified Applicants for the service described below. This procurement is subject to the World Trade Organization Agreement on Government Procurement.

 

1.  Background Information 

1.1 South Island Line – (West) (SIL(W)) is a new transit line adopting a Smart and Green Mass Transit System (SGMTS) with a route length of approximately 7.5km long, connecting the existing South Island Line – (E) (SIL(E)) and Island Line (ISL) with six new intermediate stations at Aberdeen (ABE), Tin Wan (TIW), Wah Kwai (WAK), Wah Fu (WAF), Cyberport (CYP) and Queen Mary Hospital (QMH) and two terminal interchange stations at the existing Wong Chuk Hang Station (WCH) and Hong Kong University Station (HKU).  All stations are above-ground and the majority of the line is elevated with an approx. 1.5km long tunnel between QMH and HKU.

 

1.2 In December 2025, Transport and Logistics Bureau (TLB) invited the Corporation to proceed with the detailed planning and design of the SIL(W) and requested for completion in 2034.

 

1.3 Expressions of Interest are invited from suitable candidates with experience in working with mainland and/or overseas Smart and Green Mass Transit System (SGMTS) providers in the design and construction of SGMTS infrastructure and systems. Candidates should also have experience collaborating with Modular Integrated Construction (MiC) and Design for Manufacture and Assembly (DfMA). Candidates are expected to possess strong knowledge of local statutory requirements, as well as familiarity with relevant international and mainland standards. In addition, candidates should have proven experience in detailed design and construction planning for major infrastructure projects in the vicinity of operating railway systems.

 

2.  Scope of Service 

2.1 Agreement C2201 will be procured using the NEC4 – Professional Service Contract June 2017 (with amendments October 2020) under Option A: Priced Contract with Activity Schedule. Secondary option X10 will also be adopted for the extensive use of Building Information Modelling (BIM).

 

2.2 The major elements of the service and options under Agreement C2201 are summarised as follows:-

 

Base Scope

  • To prepare a multi-disciplinary preliminary scheme design (PD) study to develop an optimal scheme for SIL(W), including structure, architectural builder’s works & finishes (ABWF) and building services;
  • To coordinate with the Client’s potential SGMTS provider to acquire the technical input of the transit system needed for the scheme design development of SIL(W), including but not limited to, SGTMS alignment and guideway, structure, ABWF and building services design of the SGMTS and all stations;
  • To identify those existing facilities which will be affected by the SIL(W) scheme and prepare design of the reprovision works, including, but not limited to, Public Transport Interchange (PTI), footbridges, PTI and different public facilities;
  • To conduct surveys of existing SIL(E) and ISL equipment, cables, trackside auxiliaries, etc. to facilitate the identification and scheme design of modification works required at existing WCH and HKU for the interchange with SIL(W);
  • To develop scheme gazette documentations to facilitate the gazettal process, including identification of temporary works sites/area, site offices, permanent land acquisition and resumption required, preparation of plans and coordination with stakeholders;
  • To assist the Client in carrying out public consultation and stakeholder engagement to present updated project information to local residents, District Councils, interfacing parties and other stakeholders; 
  • To carry out tree survey and prepare statutory submissions for Tree Preservation and Removal Proposal (TPRP) and related works;
  • To develop design for temporary and/or permanent diversion of utilities as required to facilitate the works; 
  • To conduct traffic study, including traffic survey, construction and permanent traffic impact assessment, external roadworks and pedestrian network design for connection to SIL(W), and temporary and/or permanent traffic diversion design;
  • To prepare Consultation submissions/Full approval submissions required under the Buildings Ordinance and provide support to the statutory process during tendering of the next phase of design;
  • To coordinate and liaise with the relevant statutory bodies on the new standards and requirements to be adopted for the SGMTS system;
  • To develop envisaged construction planning and programme, including detailed construction sequence and construction methodology to demonstrate the constructability of the PD in view of the site and interface constraints;
  • To develop Preliminary Design with application of MiC and DfMA where appropriate;
  • To prepare Preliminary Design Cost Estimates (PDCE);
  • To prepare tender documentations for the next phase of design and construction, and provide tender support services; and
  • To prepare tender documentation and tender support services for necessary Advanced Works as identified in the course of Preliminary Design development.

Options

  • To provide subject matter expert support on fire strategy for the adoption of SGMTS, including the viaduct section and the tunnel section; and
  • To prepare additional statutory submissions, e.g. SSCC Stage 1, TSSC Stage 1 and STIC, etc.

3. Tentative Key Dates

Agreement No.

Tender Issue

Tender Return

Contract Award

Contract Completion

C2201

Jun 2026

Jul 2026

Q3/2026

Q4/2027

 

4.  Expressions of Interest

4.1 To be considered for prequalification, interested parties who are experienced design consultants lead by the discipline of civil and structural engineering, together with architectural, building services, railway engineering, trackwork & OHL, quantity surveying, constructability specialist, MiC/DfMA design specialist  and other specialist input as appropriate from the environmental, system assurance, traffic, fire engineering and landscaping are requested to express their interest on or before 2:00 p.m. on 8 April 2026, Wednesday (Hong Kong Time) via the MTR Corporation Limited’s E-Tendering System. Late applications shall not be considered.

 

4.2 For Applicants registered under the E-Tendering System, please click the following link and log into the System for expression of interest:
http://www.hkextender.com

 

4.3 For Applicants not registered under the E-Tendering System, please click the following link and search for the advertisement notice in respect of this project for expression of interest:
http://www.hkextender.com/process/GuestLogon.asp

 

5.  Deadline to Return Answers / Information 

5.1 Suitable Applicants shall receive a prequalification invitation via the E-Tendering System.   The Applicants shall complete and submit all the required information and details via the E-Tendering System no later than 2:00pm on 4 May 2026, Monday (Hong Kong Time) via the MTR Corporation Limited’s E-Tendering System.

 

5.2 All invitations and submissions for tender shall be carried out through the E-Tendering System at http://www.hkextender.com.

 

5.3 For enquiries, please contact Ms. Elin Lai, Senior Project Commercial Manager via elinlai@mtr.com.hk.

 

6.  Other Matters

6.1 As part of the required information, each Applicant shall be required to submit audited accounts covering the three years prior to the date set for submission. When an Applicant is a joint venture then each partner shall submit separate accounts.

 

6.2 Applicants responding to this advertisement are deemed to have complied with the Personal Data (Privacy) Ordinance in the collection and transfer of personal data to MTR Corporation Limited. All information submitted including personal data, shall be used by MTR Corporation Limited for the prequalification of tenderers for this project.

 

6.3 Applicants shall note and make themselves aware of the Corporation’s ethical and probity requirements which shall be applied throughout the tender and contract periods. Further, Applicants shall not, and shall ensure that its directors, employees, agents and sub-contractors shall not, offer or give any advantage as defined in the Prevention of Bribery Ordinance (Cap. 201) to any employee or agent of MTR Corporation Limited. Any breach or non-compliance with this paragraph by the Applicant shall, without affecting its liability for such breach or non-compliance, result in its application not being considered.