Section one: Contracting entity
one.1) Name and addresses
High Speed Two (HS2) Limited
High Speed Two (HS2) Limited, Two Snowhill, Queensway
Birmingham
B4 6GA
Contact
Melissa Sands
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://hs2.bravosolution.co.uk/web/index.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://hs2.bravosolution.co.uk/web/index.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Railway Systems and Systems Integrator (RSSI) Framework Agreement
Reference number
2300 (JAGGAER Project Reference Number)
two.1.2) Main CPV code
- 71311230 - Railway engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
HS2 Ltd is seeking engineering services in relation to Railway Systems and Systems Integration. The core objective and main value to be delivered by the RSSI Framework Agreement is right first-time integration of railway systems contracts and the wider Rail Network activities that will that ultimately culminate in successful handover to the end-state operators.
two.1.5) Estimated total value
Value excluding VAT: £82,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
HS2 Ltd is seeking engineering services in relation to Railway Systems and Systems Integration. The core objective and main value to be delivered by the RSSI Framework Agreement is right first-time integration of railway systems contracts and the wider Rail Network activities that will that ultimately culminate in successful handover to the end-state operators.
The services will support HS2 Limited in their role of:
•Prime Systems Integrator for the project;
•Technical Authority for the railway systems delivery programme; and
•Technical Authority for railway systems for the further development of the HS2 scheme, including integration with programmes that interface to HS2 such as Northern Powerhouse Rail.
Further details can be found in Volume 7 Contract Specification (draft issued at PQQ). The procurement documents can be accessed by visiting the following project in HS2 Ltd.'s e-sourcing portal, JAGGAER:
'Railway Systems and Systems Integration (RSSI) Framework Agreement ' (Project Reference: 2300)
Link as follows:
https://hs2.bravosolution.co.uk/web/index.html
two.2.5) Award criteria
Quality criterion - Name: ITT Technical Criteria / Weighting: 70%
Cost criterion - Name: ITT Commercial Criteria / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As set out in the PQQ documentation.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As set out in the PQQ documentation.
three.1.6) Deposits and guarantees required
As set out in the PQQ documentation.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
As set out in the PQQ documentation.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
As set out in the PQQ documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 8 years:
The total Framework Agreement length will be 10 years, comprising of an initial 4 year period, with options to extend for an additional 6 years in single/multiple terms. This will allow for continuation of services to align with the milestone of the railway’s entry into service date. HS2 Ltd reserves the right to amend the contract duration in its absolute discretion, prior to release of the ITT.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 10 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
1) To express interest Applicants must complete the Pre-Qualification Questionnaire (PQQ) on the HS2 e-Sourcing portal strictly in accordance with the submission deadline stated in the PQQ. Please note that the PQQ submission deadline is a precise time and applicants should allow sufficient time to upload their completed PQQs;
2) HS2 Ltd will accept expressions of interest and tenders from a number of bidding models, including single entities or consortia. An Applicant may only submit one PQQ. HS2 Ltd will not accept multiple PQQs from the same organisation/economic operators, or from multiple organisations/economic operators within the same corporate group or otherwise under common ownership (whether as single applicant or as party to a consortium).
3) All Applicants are required to express an interest by registering on the HS2 e-Sourcing portal (https://hs2.bravosolution.co.uk/web/index.html). Registration is only required once;
4) For further assistance on use of HS2 Ltd's e-Sourcing portal Applicants should contact the portal's helpdesk which is available Monday to Friday (08:00–18:00) GMT via:
— email: help_uk@jaggaer.com or
— telephone: +44 800 069 8630;
5) A response to this Contract Notice does not guarantee that an Applicant will be invited to tender. The procurement process may be terminated or suspended at any time without cost or liability to HS2 Ltd. HS2 Ltd does not bind itself to enter into any Framework Contract arising out of the procurement procedure envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice or the procurement procedure envisaged by it. HS2 Ltd reserves the right to vary its requirements and the procedure relating to the conduct of the award process. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in the PQQ;
6) Applicants (and subsequently tenderers) shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice and any PQQ and with submitting any tender, howsoever incurred;
7) HS2 Ltd embraces diversity and welcomes PQQs from all suitably skilled and experienced economic operators of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership;
8) There is no guarantee, express or implied, that appointed suppliers will receive any, or a particular volume or value of work. The estimated value quoted in this Contract Notice includes allowance for the maximum extension option.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
HS2 Ltd will incorporate a minimum of 10 (ten) calendar day standstill period at the point information on the award of the framework agreement and the reasons for the decision is communicated to tenderers.