Opportunity

Washwood Heath Railway Systems Maintenance Depot (WWH) & Network Integrated Control Centre (NICC) for HS2 Phase One

  • HS2

F02: Contract notice

Notice reference: 2021/S 000-003149

Published 16 February 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

HS2

High Speed Two (HS2) Ltd, Two Snowhill, Queensway

Birmingham

B4 6GA

Contact

HS2 Procurement

Email

SCC@hs2.org.uk

Telephone

+44 7775012976

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

National registration number

06791686

Internet address(es)

Main address

https://www.gov.uk/government/organisations/high-speed-two-limited

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://hs2.bravosolution.co.uk

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Rail Systems


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Washwood Heath Railway Systems Maintenance Depot (WWH) & Network Integrated Control Centre (NICC) for HS2 Phase One

two.1.2) Main CPV code

  • 45234112 - Railway depot construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Washwood Heath Depot (WWH) & Netwoirk Integrated Control Centre (NICC)

two.1.5) Estimated total value

Value excluding VAT: £275,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 14210000 - Gravel, sand, crushed stone and aggregates
  • 14212310 - Ballast
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31214000 - Switchgear
  • 31321300 - High-voltage cable
  • 31682540 - Substation equipment
  • 32524000 - Telecommunications system
  • 34928200 - Fences
  • 34940000 - Railway equipment
  • 34941200 - Track rails
  • 34941600 - Crossovers
  • 34941800 - Railway points
  • 34942000 - Signalling equipment
  • 34944000 - Points heating system
  • 34946000 - Railway-track construction materials and supplies
  • 34946100 - Railway-track construction materials
  • 34946110 - Rails
  • 34947000 - Sleepers and parts of sleepers
  • 35120000 - Surveillance and security systems and devices
  • 42416100 - Lifts
  • 42512300 - HVAC packages
  • 43500000 - Track-laying vehicles
  • 44113000 - Road-construction materials
  • 44115800 - Building internal fittings
  • 45112700 - Landscaping work
  • 45210000 - Building construction work
  • 45213260 - Stores depot construction work
  • 45221211 - Underpass
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45232210 - Overhead line construction
  • 45232450 - Drainage construction works
  • 45232452 - Drainage works
  • 45233120 - Road construction works
  • 45233162 - Cycle path construction work
  • 45234100 - Railway construction works
  • 45234116 - Track construction works
  • 45234130 - Ballast construction works
  • 45234160 - Catenary's construction works
  • 45262300 - Concrete work
  • 45314300 - Installation of cable infrastructure
  • 45315400 - High voltage installation work
  • 45351000 - Mechanical engineering installation works
  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71320000 - Engineering design services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

Washwood Heath UK

two.2.4) Description of the procurement

The WWH & NICC Contractor will be responsible for the design, fabrication, assembly, supply, construction, installation, supervision, inspection, testing, system commissioning and safety authorisation of a rolling stock depot and the design, build and commissioning of a Network Integrated Control Centre at Washwood Heath in Birmingham (including maintenance of all the works up to their completion). A more detailed description of scope is set out in the PQQ and full details of HS2 Ltd’s requirements will appear in the Works Information in the ITT.

Scope includes:

- A maintenance building located within the depot - building foundations, substructure, superstructure, cladding, lighting, acoustics, heating, ventilation, drainage and power connections, utility connections, welfare and domestic provisions, building security and a building management system. The maintenance building will contain light and heavy maintenance plant and equipment facilities (gantry cranes, mono rail cranes, access gantries, access pits, inspection and maintenance roads, heavy cleaning facility, heavy lift and bogie drop facilities, depot offices, depot control centre, pantograph test facility, biohazard facility, building management system and workshop and storage areas etc);

- Depot infrastructure including: reception/departure roads, track/permanent way, test track, switches & crossings, overhead catenary system, stabling/cleaning sidings, depot signalling system, depot protection system, telecoms system, automatic vehicle inspection units, wheel lathe(s), carriage wash machines, toilet emptying facilities, platforms, walkways, train crew booking facilities and a separate heavy cleaning facility. Provision of non-traction High Voltage and Low Voltage power network for all plant, equipment and buildings and all Protection & Controls and Supervisory Control and Data Acquisition associated with the traction and non-traction switchgear. Provision of all mechanical and electrical systems throughout the depot and associated buildings;

- A Network Integrated Control Centre building located within the depot area, including building foundations, substructure, superstructure, cladding, lighting, acoustics, heating, ventilation, drainage and power connections, utility connections, operational and incident control rooms, training and IT systems room, offices, ancillary rooms, welfare and domestic provisions, building services, building security and a building management system;

- Car parking facilities, gatehouse, site security and lighting within the depot area and the provision of site drainage and all utilities related to the depot and connections to the main utility networks;

- Design integration with the other HS2 Ltd contractors (Rail Systems, Civils, Rolling Stock and the Depot Facility Owner (DFO));

- For the depot, co-ordination of the fit-out works by contractor(s) appointed by the Rolling Stock Manufacturer and Maintainer/DFO. The Rolling Stock Manufacturer and Maintainer is being procured as a separate HS2 Ltd contract;

- For the NICC, co-ordination of the fit-out for the HS2 Ltd Rail Systems packages up until the completion of the depot works. On completion of the depot works, the Principal Contractor duties for co-ordinating the fit-out and testing and commissioning of the NICC will transfer from the depot contractor to the HS2 Ltd Rail Systems packages; and

- Ongoing technical support services, materials, spares, etc. of proprietary systems may be required from the relevant supplier after handover. Other than such proprietary systems, post completion, it is expected that the maintenance of the depot and NICC will be undertaken by the HS2 infrastructure manager / DFO and will not be procured through the Depot and NICC contract.The WWH & NICC Contractor will be the ‘Principal Contractor’ of the depot site and the NICC, responsible for construction integration, with the depot site being handed over to the WWH & NICC Contractor in stages.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £275,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

15 March 2023

End date

14 March 2028

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: 4

Objective criteria for choosing the limited number of candidates:

Applicants are referred to the Pre-Qualification Pack (PQP) for information on HS2 Ltd’s criteria for selecting Applicants to be invited to tender. HS2 Ltd expects to select four (4) Applicants to tender, but reserves the right in its absolute discretion to select greater or fewer Applicants to tender, as set out in detail in the PQP.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Applicants are referred to the PQP and Pre-Qualification Questionnaire(PQQ) for information about 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

List and brief description of selection criteria

Applicants are referred to the PQP and PQQ for information about HS2 Ltd’s requirements and Minimum Standards in relation to technical and professional ability for this procurement.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Applicants are referred to the PQP for details

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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.2.1) Previous publication concerning this procedure

Notice number: 2016/S 207-374948

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 March 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 September 2021

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: 18 (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 in this procurement, Applicants must complete the PQQ on the HS2 eSourcing Portal strictly in accordance with the submission deadline in the Procurement Documents (PQ Application Deadline) which is a precise time and Applicants should allow sufficient time to upload their PQ Applications.

2) An Applicant may be a single organisation or a Consortium, as detailed in the PQP.

3) An Applicant may only submit one PQ Application.

4) If an Applicant is invited to tender following the PQQ stage, it is referred to as a Tenderer.

5) Whilst this contract is categorised as a Works contract for purposes of this notice, its scope also contains significant elements of supplies and services as set out in Procurement Documents.

6) Section II.2.7: timescales in this Contract Notice are estimated based on current HS2 Ltd programme but may be subject to change.

7) A response to this Contract Notice does not guarantee an Applicant will be invited to tender. The award 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 a contract arising out of the procedures envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice or procedures envisaged by it. Any contract let by HS2 Ltd may provide that the scope or duration of the contract may be extended at HS2 Ltd’s discretion. 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 PQP.

8) Applicants 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, PQQ and tender, howsoever incurred.

9) HS2 Ltd embraces diversity and welcomes PQ Applications 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. HS2 Ltd will actively promote sustainable procurement throughout its supply chain and welcomes PQ Applications committed to principles of reducing, reusing and recycling resources and to practices of buying responsibly.

10) All dates set out in this notice are indicative and based on the current programme. HS2 Ltd reserves the right to amend and refine this timetable and full details will appear in the tender documentation.

11) Applicants must allow sufficient time for uploading their full PQ Applications. HS2 Ltd reserves the right to reject any PQ Application that is not submitted in full before the relevant submission deadline.

12) HS2 Ltd reserves the right to require submission of any additional, supplemental or clarification information as it may, in its absolute discretion, consider appropriate.

13) Access to PQP documentation will be conditional upon Applicants confirming that they will comply with all corresponding confidentiality obligations applicable to this procurement – confirmation must be provided via the HS2 Ltd eSourcing Portal. Further information can be obtained at: https://hs2.bravosolution.co.uk. In addition all Applicants will be required to complete and submit a signed Confidentiality Agreement as part of their PQ Application in order to access the ITT Documents in the event that an Applicant is shortlisted for the ITT stage.

14) Terms with an initial capital letter used in this Contract Notice, the PQP and the PQQ have the meanings given in PQP Section 1.3.

15) For further assistance with the HS2 eSourcing Portal, contact JAGGAER Advantage helpdesk which is available Monday to Friday (8:00-18:00) GMT on: Email — help@bravosolution.co.uk or Telephone +44 8003684850.

16) Applicants should be aware that HS2 Ltd reserves the right to omit work from and/or vary the scope of the Contract (including without limitation to give this work to another

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, Strand

London

WC2a 2LL

Email

royalcourtsofjustice.jc@citizensadvice.org.uk

Telephone

+44 20794760000

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

HS2 Ltd will incorporate 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.