Contract

£210,093,531

  • High Speed Two (HS2) Ltd

F06: Contract award notice – utilities

Notice identifier: 2023/S 000-008713

Procurement identifier (OCID): ocds-h6vhtk-03b604

Published 24 March 2023, 4:04pm



Section one: Contracting entity

one.1) Name and addresses

High Speed Two (HS2) Ltd

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

Birmingham

B4 6GA

Email

scc@hs2.org.uk

Country

United Kingdom

Region 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

£210,093,531

two.1.2) Main CPV code

  • 34940000 - Railway equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

HS2 Ltd has procured Switches and Crossing Contract across Phase One, Phase 2a, with an option exercisable to include those for Phase 2b of the project and the maintenance depots for the design, manufacture, delivery and provision of technical support for Switches and Crossings (S&C), including associated Points Operating Equipment (POE), together with Rail Expansion Devices (REDs). This includes installation of the condition monitoring system and POE.

HS2 Ltd awarded three contracts to the same organisation as a result of this procurement:

1) A contract for the production of standard system designs, and

2) A single supplier framework agreement, and

3) A technical support contract for the provision of technical support services related to S&C's post installation.

Further details describing the three contract types in detail are found in Section II.2.4) Description of the Procurement of this Notice.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £210,093,531.64

two.2) Description

two.2.2) Additional CPV code(s)

  • 34941200 - Track rails
  • 34941600 - Crossovers
  • 34941800 - Railway points
  • 34946000 - Railway-track construction materials and supplies
  • 34946100 - Railway-track construction materials
  • 34946110 - Rails
  • 34947000 - Sleepers and parts of sleepers
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Procurement across Phase One, Phase 2a, with an option exercisable to include those for Phase 2b of the project and the maintenance depots for the design, manufacture, delivery and provision of technical support for Switches and Crossings (S&C), including associated Points Operating Equipment (POE), together with Rail Expansion Devices (REDs). This includes installation of the condition monitoring system and POE.

Selection Criteria: The S&C system must include units that are proven in service.

1. S&C units designed, manufactured and delivered within the last 20 years which have a minimum of 2 years of use with commercial high-speed train services that meet all of the following criteria:

- They are installed on Pre-Cast concrete slab track;

- The 'diverging' path of the S&C layout uses a clothoidal switch entry geometry at the turnout beginning; and

- They have a turn-out (diverging) speed of 200km/h or higher and a main line (through) speed of 300km/h or higher.

where the term "commercial high-speed train services" refers to services operating on specially built high-speed lines equipped for speeds generally equal to or greater than 250 km/h.

Phase One includes:

- 469 single track km, including 250 bridges, 58 viaducts, 47 underbridges, 148 overbridges.

- Three passing / maintenance loops/sidings and four complex track junctions.

- 158 point ends, including 64 high-speed turnouts (between 130km/h and 230 km/h) and 72 low-medium speed turnouts (up to and including 100km/h) including 5 diamond crossovers and one set of trap points.

- 54 REDs.

- Option for S&C Calvert Infrastructure Maintenance Depot and additional S&C at Washwood Heath Rolling Stock Depot.

Phase 2a includes:

- 116 single track km, including 18 underbridges, 43 overbridges, 4 viaducts, 2 tunnels, 1 retained cutting.

- 23 point ends, including 18 high-speed turnouts(between 130km/h and 230km/h) and 5 low-medium speed turnouts (up to and including 100km/h).

- 23 Rail Expansion Devices (REDs).

- Option for S&C at Stone Infrastructure Maintenance Base.

The S&C contractual arrangements are as follows: - 

1 Design Contract between HS2 as the Employer and the S&C Supplier as the Consultant for the initial standard design for S&C units: This Contract will commence in March 2023 with works commencing immediately with a planned duration of one year. 

2. A Framework Agreement between HS2, the S&C Supplier, Track Contractors and the Washwood Heath Depot Contractor sets out the scope of the Framework Agreement and describes the obligations of the Parties (HS2 and the Supplier) regarding the calling-off of switches and crossings by the Purchaser and setting out the processes and mechanisms which allow S&C Scope to be ‘called-off’ for the detailed design, manufacture, supply, testing and commissioning of Switches and Crossings. This Contract will come into force in March 2023 and has an initial term of 12 years with an option for extension for up to two additional terms of 5 years each, at HS2’s sole discretion, if required.  

3. Supply Call-Off Contracts between the S&C Supplier as Supplier and the Track Contractors, the Washwood Heath Depot Contractor or HS2 as Purchaser instigated following the Issue of a Call Off Notice and a Supply Call-Off Contract. The S&C Supplier will enter into Supply Call-Off Contracts with the Track Contractors and those Call-Off contracts will essentially form sub-contracts to the Track Contract.

4. A Technical Services Contract between HS2 as the Employer and the S&C Contractor as Contractor for the provision of technical support post-installation and during operations. This Contract initial term is 20-year period from an indicative start date of December 2029 with the option to extend further in 10-year durations up to a maximum cumulative total duration of 40 years. the schedule of rates agreed.

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 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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 247-615812

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_3527

Title

Switches and Crossings Design Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 March 2023

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

Voestalpine Turnout Technology UK Ltd

2 Sir Harry Lauder

Edinburgh

Telephone

+44 1313227210

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

SC156416

Internet address

www.voestalpine.com

The contractor is an SME

No

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

Total value of the contract/lot: £6,150,204.64


Section five. Award of contract

Contract No

C1000_3538

Title

Switches and Crossings Framework Agreement

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 March 2023

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

Voestalpine Turnout Technology UK Ltd

2 Sir Harry Lauder Road

Edinburgh

EH15 1DJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

SC156416

Internet address

www.voestalpine.com

The contractor is an SME

No

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

Total value of the contract/lot: £203,943,327


Section five. Award of contract

Contract No

C1000_3534

Title

Switches and Crossings Technical Support contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 March 2023

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

Voestalpine Turnout Technology UK ltd

2 Sir Harry Lauder

Edinburgh

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

SC156416

Internet address

www.voestalpine.com

The contractor is an SME

No

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

Total value of the contract/lot: £1


Section six. Complementary information

six.3) Additional information

£210,093,531

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Court of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

royalcourtofjustice.jc@citizensadvice.org.uk