Opportunity

HS2 Ltd Engineering Management System (EMS)

  • HS2 Ltd

F05: Contract notice – utilities

Notice reference: 2021/S 000-004528

Published 5 March 2021, 10:56pm



Section one: Contracting entity

one.1) Name and addresses

HS2 Ltd

High Speed Two (HS2) Ltd, Two Snowhill, 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

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, 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.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HS2 Ltd Engineering Management System (EMS)

two.1.2) Main CPV code

  • 45234100 - Railway construction works

two.1.3) Type of contract

Works

two.1.4) Short description

The Contract is for the Engineering Management System (EMS) of HS2’s Railway Systems category. This includes but is not limited to the provision of design, installation, testing, commissioning and ongoing technical support of the Phase One, Phase 2a and Phase 2b EMS. HS2 Ltd reserves the right to omit and/or vary technical support, Phase 2a and 2b works at its discretion.

two.1.5) Estimated total value

Value excluding VAT: £65,384,418.87

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)
  • 72000000 - IT services: consulting, software development, Internet and support
  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The EMS scope comprises the design, manufacture, supply, installation, integration, testing and commissioning of the EMS for the Phase One, Phase 2a and Phase 2b routes.

The EMS will be a software solution which will provide, to key operations staff, remote supervisory control and monitoring of railway assets and systems. It will enable operations from the Network Integrated Control Centre (NICC) and maintenance management from different key locations. Aside from the Traffic Management System, the EMS is the single most important and critical system for the safe, efficient and reliable management of the infrastructure.

The EMS provides an integration layer with the various infrastructure systems involved on the railway operations (including physical and network security) and has a major role enabling the Asset Information Management System (AIMS) and the Operational Requirements and Advisory Computational (ORAC) system functions by feeding data collected from the various EMS subsystems.

The main functionality of this solution will be:

• consolidated Graphical User Interface (GUI) for the end user;

• alarm management for the railway infrastructure;

• graphical and functional presentation of the system to different users based on their role and responsibilities;

• configurable allocation of control and monitoring responsibility among different users of the system; and

• providing critical decision support to operational staff through diagnostic and analytical functionality, supporting a predict and prevent approach.

The Employer will require the Contractor to provide technical support services as part of a separate technical support contract. The technical support contract will be entered into at contract award but will only become effective upon successful completion of trial operations. Full details of HS2 Ltd’s requirements will appear in the Works Information which forms part of the ITT.

two.2.5) Award criteria

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

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

Start date

20 December 2022

End date

31 December 2045

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 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 Documents.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the procurement and/or require optional scope to be undertaken. In particular without limitation:

• The procurement will include Phase 2a and Phase 2b of the Project provided that HS2 Ltd reserves the right to omit and/or vary Phase 2a and/or Phase 2b works at its discretion.

• The procurement will include a technical support service contract provided that HS2 Ltd reserves the right to omit and/or vary Phase 2a and/or Phase 2b works at its discretion.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 Documents 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

In accordance with the Crown Commercial Service (“CCS”) Procurement Policy Note – Taking Account of Suppliers’ Past Performance Action Note dated 25th March 2015 (“PPN 04/15”) Applicants are required to “demonstrate requirements with evidence” by providing certificates of performance prepared by the customer to whom goods and/or services were provided for each of the project examples. The CCS may hold copies of the certificates of performance on their collated central database of information and share those certificates with other contracting authorities. Applicants are referred to the PQP Documents for relevant information.

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Applicants are referred to the PQP Documents for information about HS2 Ltd’s rules and criteria for participation in this procurement.

three.1.6) Deposits and guarantees required

HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (potentially including the grant of step-in rights) and other forms of security as appropriate to be specified in the Procurement Documents to be made available at the Invitation to Tender stage. Applicants are referred to PQP documents for relevant information available at this Contract Notice Stage.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

The main financing conditions, payment mechanism, performance standards and incentive mechanism will be described in the procurement documents to be made available at Invitation to Tender stage but it is expected that the form of contract governing these arrangements will be based on the NEC3 Engineering and Construction Contract Option C, or other suitable pricing option, for the design and build element and the NEC3 Term Services Contract for the technical support services. HS2 Ltd intends to introduce and promote collaborative working arrangements between itself and the other Railway Systems Contractors through detailed provisions in the contract. HS2 Ltd intends to include Key Performance Indicators to incentivise performance. Further details will appear in the Invitation to Tender. Applicants are referred to the PQP Documents for relevant information available at this Contract Notice stage.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

HS2 Ltd will accept expressions of interest and tenders from single entities or Consortia. HS2 Ltd does not require those Consortia who intend to form a single legal entity to do so at the PQ stage. HS2 Ltd will consider contracting with a Consortium, providing always that the participants in any Consortium are jointly and severally liable for all of the obligations of the Contractor under the Contract.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Applicants are referred to the PQP Documents 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 dialogue

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

Date

30 April 2021

Local time

12:00pm

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

9 November 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: 24 (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 Pre-Qualification Questionnaire (PQQ) on the HS2 Ltd eSourcing Portal strictly in accordance with the submission deadline for PQ Applications stated in the PQP Documents (PQ Application Deadline).

2) An Applicant may only submit one PQ Application.

3) Section II.2.6: the value set out in this Section is estimated and based on 2021 prices.

4) Whilst these contracts are categorised as Works contracts for the purposes of this Notice, their scope also contains significant elements of supplies and services as set out in the PQP Documents.

5) Section II.2.7) (Duration of the contract): timescales in this Contract Notice are estimated based on the current HS2 Ltd programme but may be subject to change. The end date of 2045 includes a 15 year technical support services term without two, five year extension options and so the final duration of the contract(s) may therefore differ depending on whether HS2 Ltd exercises the technical support extension options.

6) A response to this Contract Notice does not guarantee that 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 any contract arising out of the procedures envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice or the 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 the PQP Documents.

7) 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 and the PQP Documents and with submitting any tender, howsoever incurred.

8) 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 from Applicants committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly.

9) The 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 PQP Documents and the procurement documents made available at the Invitation to Tender stage.

10) Applicants must allow sufficient time for uploading their full PQ Applications and tenders. HS2 Ltd reserves the right to reject any PQ Application or tender that is not submitted in full before the relevant submission deadline. HS2 Ltd reserves the right to require the submission of any additional, supplemental or clarification

information as it may, in its absolute discretion, consider appropriate.

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

12) All Applicants are required to express an interest by registering on the HS2 Ltd eSourcing Portal (www.hs2.bravosolution.co.uk). Registering is only required once.

13) Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Contract and/or require optional scope to be undertaken. Further information in relation to scope and the value of this procurement is included in the PQP Documents.

14) HS2 will be running a Hot Start event for suppliers interested in this contract, register via http://www.smartsurvey.co.uk/s/EMSHotStartRegistration/.

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 2079476000

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.