Section one: Contracting entity
one.1) Name and addresses
HS1 Ltd
5th floor, Kings Place, 90 York Way
London
N1 9AG
Contact
Procurement Two
Telephone
+44 2070142700
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
03539665
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/73582
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47193&B=HIGHSPEED1
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47193&B=HIGHSPEED1
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Other activity
Rail Infrastructure
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
HS1 Works Framework
Reference number
HS1-ENG-2022-17
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
HS1 is seeing expressions of interests from qualified and experienced organisations for inclusion on the Works Framework for construction projects across its portfolio to support its future work bank across all business departments. The supplier will provide a wide range of skills, experience, and capabilities in successfully managing and executing programmes and projects across the entire lifecycle.
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45234100 - Railway construction works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
HS1 is looking for qualified and experienced organisations for inclusion on the Works Framework for construction projects across its portfolio to support its future work bank across all business departments. The supplier will provide a wide range of skills, experience, and capabilities in successfully managing and executing programmes and projects across the entire lifecycle
The overall value is anticipated at £25m for the duration of the Framework i.e.,5 years (+ one year + one year). The Works Framework will be available to accommodate all types of construction work from minor works to larger projects. Please note the first year of the Framework will cover smaller projects.
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: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
10 October 2022
End date
9 October 2027
This contract is subject to renewal
No
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
Selection criteria as stated in the Procurement documents.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the Procurement documents.
Minimum level(s) of standards possibly required
Selection criteria as stated in the Procurement documents.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the Procurement documents.
Minimum level(s) of standards possibly required
Selection criteria as stated in the Procurement documents.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Selection criteria as stated in the Procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
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.2.2) Time limit for receipt of tenders or requests to participate
Date
17 June 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
HS1 Ltd
Fifth Floor, Kings Place, 90 York Way,
London
N1 9AG
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
HS1 Ltd
90 York Way
London
N1 9AG
Country
United Kingdom