Opportunity

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for HS2 Customer Information & Signage

  • HS2

F05: Contract notice – utilities

Notice reference: 2023/S 000-010650

Published 13 April 2023, 1:43pm



Section one: Contracting entity

one.1) Name and addresses

HS2

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

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for HS2 Customer Information & Signage

two.1.2) Main CPV code

  • 34928470 - Signage

two.1.3) Type of contract

Supplies

two.1.4) Short description

This procurement is to establish a single-supplier Framework Agreement for Customer Information & Signage (CI&S) for the family of station elements that provide digital and fixed (non-digital) signage and customer information relating to wayshowing, train departures and arrivals information, customer assistance and emergency signage. These elements will be designed and installed throughout the HS2 Phase One Stations to provide customer information in a clear and consistent way to enhance the safety and efficiency of millions of customer journeys and reflect the core values of the HS2 design vision across the entire network. The Framework Agreement is being established for use by HS2 Ltd and for use by the other Contracting Bodies defined in VI.3 below. Further information on the Framework Agreement and Call-Off Contracts to be called off under it is included in the PQP and accompanying procurement documents.

The vision for the CI&S products is for a family of integrated products combining typeface, graphics, and product design, with a focus on customer experience. The vision is to ensure that the products support the HS2 wayshowing strategy, contribute to the positive experience of customers, strengthen the identity of the HS2 Phase One Stations and provide passengers with a safe, stress free and accessible journey.

The CI&S components included in the scope of the Framework Agreement will comprise of the following:

• Fixed Signage,

• Digital CIS Screens,

• Assistance Points,

• Dynamic signage and Emergency Do Not Enter.

two.1.5) Estimated total value

Value excluding VAT: £24,302,895

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31523000 - Illuminated signs and nameplates
  • 31523200 - Permanent message signs
  • 34924000 - Variable message signs
  • 34992000 - Signs and illuminated signs
  • 44423400 - Signs and related items
  • 72244000 - Prototyping services

two.2.3) Place of performance

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

UK

two.2.4) Description of the procurement

This procurement is to establish a single supplier Framework Agreement to prototype and supply Customer Information and Signage (CI&S) components, primarily for the four new Phase One Stations being built at Euston, Old Oak Common, Birmingham Curzon Street and Interchange.

CI&S includes the family of station elements that provide digital and fixed (non-digital) signage and customer information relating to way showing, train departures and arrivals information, customer assistance and emergency signage. These elements include the fixed signage, digital CIS screens and electronic assistance points products.

Further information on the procurement and on the Scope (Core and Optional Scope), Contracting Bodies and anticipated timing and value of Call-Off Contracts is included in the PQP and accompanying procurement documents. HS2 Ltd intends to limit the number of Tenderers invited to tender on the basis set out in PQP Further Package Particulars.

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: £24,302,895

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 minimum number: 4

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Applicants are referred to the PQP and PQQ for information on HS2 Ltd’s criteria for choosing Applicants to be invited to tender for the Framework Agreement. HS2 Ltd expects to select only the top 5 Applicants to tender for the Framework Agreement. However, HS2 Ltd reserves the right in its absolute discretion to increase or decrease this number in accordance with the PQP Manual (see section 1.7).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1) HS2 Ltd reserves the right to omit and/or vary the scope. As further described in the PQP documents and in the accompanying PQP Outline Scope document, Applicants should note in particular that the scope may include Optional Scope (as described in II.2.4).

2) Option to extend the term of the 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 set out in the PQP Outline Scope document 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.

The Framework Agreement will provide that Call-Off Contracts awarded before expiry of the Framework Agreement can extend beyond the 8 (or extended 10) year term of the Framework Agreement.

Further information in relation to the Outline Scope, the Framework Agreement and HS2 Ltd’s options is included in the PQP.

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

Applicants are referred to VI.3) Additional information in this Contract Notice below.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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


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 PQQ for information about conditions for participation

three.1.2) Economic and financial standing

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 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 economic and financial standing.

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

Applicants are referred to the PQP and PQQ for information about HS2 Ltd's rules and criteria for participation.

three.1.6) Deposits and guarantees required

HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (including the grant of step-in rights to Subcontracts) and other forms of security as appropriate to be specified in the procurement documents to be made available at ITT stage. Applicants are referred to the PQP 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 mechanisms for Call-Off Contracts will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements in Call-Off Contracts will incorporate NEC3 Professional Services Contract (PSC) Option E (time-based contract) intended for the delivery of the Prototyping services and NEC3 Supply Contract (SC) with an option to call off Engineering Services intended for the appointment of supply and optional installation services. Applicants are referred to the PQP and accompanying procurement 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 PQQ 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 Framework Agreement.


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 Framework Agreement is being procured on the basis that it will be awarded with an initial term of 8 years with a right to extend the term for up to a further 2 years to make a maximum possible term of 10 years. The justification for reserving the right to extend is at II.2.11

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

15 June 2023

Local time

12:00pm

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

13 December 2023

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

1) Terms with an initial capital letter used in this Contract Notice, the PQP and the PQQ have the meanings given in PQP Manual, Appendix 4 (Glossary of Terms).

2) To express interest in the Framework Agreement, Applicants must complete the PQQ on the HS2 eSourcing portal strictly in accordance with the submission deadline for PQ Applications stated in the PQP (PQ Application Deadline). Please note that the PQ Application Deadline is a precise time and Applicants should allow sufficient time to upload their PQ Applications.

3) An Applicant may be a single organisation or a Consortium. An Applicant may only submit one PQQ Application. A particular economic operator may not apply as more than one Applicant, whether as a single Applicant or as a Party to one or more Consortia. Applicants should note that this restriction does not apply to Subcontractors. See (PQP manual section 2)

4) Applicants must be registered on the HS2 eSourcing portal: https://hs2.bravosolution.co.uk. For assistance contact the BravoSolution helpdesk Monday to Friday (8:00-18:00) GMT: Email help_uk@jaggaer.com or Telephone +44 8000698630.

5) Contracting Entity: This Contract Notice is published by HS2 Ltd on behalf of itself and the following other entities who will be entitled and may use the Framework Agreement (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); and/or Phase One Station Contractors, including the future operator(s) of any one or more of the Phase One Stations.

6) II.1.3 Type of contract: HS2 Ltd intends to award one place on the Framework Agreement as described in the PQP (Further Package Particulars). Applicants will be selected to proceed to ITT stage (and the place awarded on the Framework Agreement) based on the criteria and Minimum Standards described in the PQP and PQQ. Call-Off Contracts under the Framework Agreement will be awarded as described in the PQP Heads of Terms.

7). II.2.3 Place of performance: Customer Information & Signage are to be installed at Phase One Stations (see PQP Outline Scope document for more information).

8). II1.5 Estimated total value, II.2.6 Estimated value: the given value includes the estimated total of the Core Scope and any Optional Scope (see PQP documents for more information). Further information on the values and HS2 Ltd's assumptions, if any, is included in the Further Package Particulars document.

9) II.2.7 Duration of the Framework Agreement: timescales in this Contract Notice are estimated based on the current HS2 programme but may be subject to change. See also II.2.11.Further information on anticipated timing of Call-Off Contracts is included in the PQP documents (Outline Scope).

10). II.2.10 Information about variants: HS2 Ltd will not accept variants at the ITT stage.

11) IV.1.1 Type of procedure: HS2 Ltd is procuring the Framework Agreement using the negotiated procedure with prior call for competition (UCR 2016, reg. 47). As stated in the PQP (Applicant’s Guide), HS2 Ltd reserves the right not to conduct negotiations.

12) Applicants/Tenderers shall be solely responsible and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice.

13) 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 Framework Agreement or Call-Off Contract arising out of the procedure envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice. HS2 Ltd reserves the right to vary its requirements and the procedure envisaged in this Contract Notice. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in the PQP.

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