Awarded contract

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Lifts and Escalators

  • High Speed Two (HS2) Limited (and in addition the Contracting Bodies listed in VI.3 below)

F06: Contract award notice – utilities

Notice reference: 2022/S 000-003499

Published 7 February 2022, 10:45pm



Section one: Contracting entity

one.1) Name and addresses

High Speed Two (HS2) Limited (and in addition the Contracting Bodies listed in VI.3 below)

High Speed Two (HS2) Limited, Two Snowhill, Snow Hill Queensway

Birmingham

B4 6GA

Email

scc@hs2.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

https://hs2.bravosolution.co.uk/web/index.html

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Lifts and Escalators

two.1.2) Main CPV code

  • 45313000 - Lift and escalator installation work

two.1.3) Type of contract

Works

two.1.4) Short description

This procurement was to establish a Framework Agreement (two single supplier Lots) for the design, manufacture, supply, installation and maintenance of Lifts (Lot 1) and Escalators (Lot 2) primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. Lifts and Escalators may also be required and called off under the Framework Agreement as Optional Scope at other HS2 sites (see VI.3 below). The Framework Agreement is for use by the Phase One Station Contractors (Supply and Installation Call-Off Contracts) and for use by High Speed Two (HS2) Limited ("HS" Ltd") (Maintenance Call-Off Contracts) or by the other Contracting Bodies defined in VI.3 below.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £316,000,000

two.2) Description

two.2.1) Title

Lot 1: Lifts

Lot No

1

two.2.2) Additional CPV code(s)

  • 42416000 - Lifts, skip hoists, hoists, escalators and moving walkways
  • 42416100 - Lifts
  • 42416120 - Goods lifts

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement was for the establishment of a Framework Agreement. HS2 Ltd has appointed one Contractor to Lot 1.

Lot 1 is for the design, manufacture, supply, installation and maintenance of Lifts primarily for the new HS2 Phase One Stations to be constructed in London at Euston and Old Oak Common and in the Midlands at Birmingham Curzon Street and Interchange. The Maintenance Call-Off Contract is for up to a 20 year term. Lifts may also be required and called off under the Framework Agreement as Optional Scope at other HS2 sites. Lot 1 will be used by the Phase One Station Contractors (Supply and Installation Call-Off Contracts for design, manufacture, supply, installation of Lifts) and used by HS2 Ltd (Maintenance Call-Off Contract for maintenance of Lifts) or by the other Contracting Bodies defined in VI.3) Additional information below.

The selection of the Contractor for Lot 1 was on the basis of most economically advantageous tender.

two.2.11) Information about options

Options: Yes

Description of options

HS2 Ltd reserves the right to omit and/or vary the Scope of Lot 1. Note in particular that:

1) Optional Scope

a) The Scope includes Base Scope and may include Optional Scope comprising:

London Old Oak Common - GWML Station Lifts

London Euston – London Underground Station Lifts

Automated People Mover Lifts

NICC and Washwood Heath Depot Lifts

Euston Tunnels & Approaches (MWCC-S1) Lifts

Northolt Tunnels (MWCC-S2) Lifts

Chiltern Tunnels and Colne Valley Viaduct (MWCC-C1) Lifts

2) Option to extend the term of Framework Agreement

The term of the Framework Agreement will be for an initial term of eight years although HS2 Ltd reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of ten years. HS2 Ltd reserves the right to extend the term of the Framework Agreement from eight to ten years if one or more Station Contracts is delayed so that the anticipated timing of the call-offs cannot be achieved within the initial eight year term. The justification for any such extension beyond the initial eight year term of the Framework Agreement is to ensure that HS2 Ltd can use the Framework Agreement to achieve the Stations Common Components strategy notwithstanding a delay to the Station Contracts.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

See VI.3) Additional information in this Contract Award Notice below.

two.2) Description

two.2.1) Title

Lot 2: Escalators

Lot No

2

two.2.2) Additional CPV code(s)

  • 42416000 - Lifts, skip hoists, hoists, escalators and moving walkways
  • 42416400 - Escalators
  • 50740000 - Repair and maintenance services of escalators

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement was for the establishment of a Framework Agreement. HS2 Ltd has appointed one Contractor to Lot 2.

Lot 2 is for the design, manufacture, supply, installation and maintenance of Escalators primarily for the new HS2 Phase One Stations to be constructed in London at Euston and Old Oak Common and in the Midlands at Birmingham Curzon Street and Interchange. The Maintenance Call-Off Contract is for up to a 20 year term. Escalators may also be required and called off under the Framework Agreement as Optional Scope at other HS2 sites. Lot 2 will be used by the Phase One Station Contractors (Supply and Installation Call-Off Contracts for design, manufacture, supply, installation of Escalators) and used by HS2 Ltd (Maintenance Call-Off Contract for maintenance of Escalators) or by the other Contracting Bodies defined in VI.3) Additional information below.

The selection of the Contractor for Lot 2 was on the basis of most economically advantageous tender.

two.2.11) Information about options

Options: Yes

Description of options

HS2 Ltd reserves the right to omit and/or vary the Scope of Lot 2. Note in particular that:

1) Optional Scope

a) The Scope includes Base Scope and may include Optional Scope comprising:

London Old Oak Common - GWML Station Escalators

London Euston – London Underground Station Escalators

Automated People Mover Escalators

2) Option to extend the term of Framework Agreement

The term of the Framework Agreement will be for an initial term of eight years although HS2 Ltd reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of ten years. HS2 Ltd reserves the right to extend the term of the Framework Agreement from eight to ten years if one or more Station Contracts is delayed so that the anticipated timing of the call-offs cannot be achieved within the initial eight year term. The justification for any such extension beyond the initial eight year term of the Framework Agreement is to ensure that HS2 Ltd can use the Framework Agreement to achieve the Stations Common Components strategy notwithstanding a delay to the Station Contracts.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

See VI.3) Additional information in this Contract Award Notice below.


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

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: 2020/S 079-187644

four.2.9) Information about termination of call for competition in the form of a periodic indicative notice

The contracting entity will not award any further contracts based on the above periodic indicative notice


Section five. Award of contract

Contract No

C1000_2526

Lot No

1

Title

Lot 1 - Lifts

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 January 2022

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

TK Elevator UK Limited

The Lookout, 4 Bull Close Road, Nottingham NG7 2UL

Nottingham

NG7 2UL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00688790

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £161,000,000


Section five. Award of contract

Contract No

C1000_2526

Lot No

2

Title

Lot 2 - Escalators

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 January 2022

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

TK Elevator UK Limited

The Lookout, 4 Bull Close Road, Nottingham NG7 2UL

Nottingham

NG7 2UL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00688790

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £155,000,000


Section six. Complementary information

six.3) Additional information

I.1 Contracting Entity: This Contract Award Notice is published by HS2 Ltd on behalf of itself and these Contracting Bodies:

• HS2 Ltd (including any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to this Framework Agreement);

• The Infrastructure Manager;

• Network Rail;

• Station Contractors;

• MWCC Contractors;

• APM Contractor;

• NICC and Washwood Heath Depot Contractor;

• Any other body as may assume delivery, ownership and/or maintenance responsibilities in respect of the assets covered by this Framework Agreement;

• The future operator(s) of any one or more of the Phase One Stations.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom