Opportunity

Railway Systems Procurement for the HS2 Project Third Party Telecommunications Systems (forming part of Phase One and Phase 2a of the HS2 Project)

  • HS2

F05: Contract notice – utilities

Notice reference: 2021/S 000-014258

Published 22 June 2021, 10:45pm



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

National registration number

06791686

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

Railway Systems Procurement for the HS2 Project Third Party Telecommunications Systems (forming part of Phase One and Phase 2a of the HS2 Project)

two.1.2) Main CPV code

  • 45232300 - Construction and ancillary works for telephone and communication lines

two.1.3) Type of contract

Works

two.1.4) Short description

Third-Party Telecommunications Systems are to be procured as a single package, with two contracts, formed of Design & Build and Interim Operator elements.

The Third-Party Telecommunications Contractor will be responsible for the design, supply, installation,

testing & commissioning and interim operation of the Third-Party Telecommunication systems, this includes:

Passenger communication systems: Radio Access Network infrastructure to support the provision of voice

and data mobile communications for HS2 users in stations and on the trains throughout the HS2 estate. This

will require engagement and management of commercial arrangements with Mobile Network Operators

(MNOs);

Emergency Services Network: (ESN) (tunnels and stations): Radio Access Network infrastructure to support

coverage in stations, tunnels, depots and line of route to facilitate mobile communications for emergency

response operations. This will include engagement and management of commercial arrangements with the

ESN radio access network provider, on behalf of HS2 and or/ the Home Office;

Station Data Network (SDN): fixed and mobile communications including Distributed Antenna System (DAS)

communication network to support both operational and public connectivity within all HS2 stations. This will

include transmission services (Ethernet, Wi-Fi, ESN and mobile cellular) to station operational systems, retail

systems, customer information, customer communication and business systems; and

Interim operations: during trial operations, a separate contract will be awarded to the Third Party

Telecommunications Contractor (Interim Operator) to operate and maintain the Third Party

Telecommunication systems including provision of MNO, ESN and SDN services during trial operations on

Phase One and 2a.

HS2 Ltd reserves the right to omit and/or vary scope at its discretion.

two.1.5) Estimated total value

Value excluding VAT: £81,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32200000 - Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
  • 32400000 - Networks
  • 32412100 - Telecommunications network
  • 32500000 - Telecommunications equipment and supplies
  • 32524000 - Telecommunications system
  • 34940000 - Railway equipment
  • 35120000 - Surveillance and security systems and devices
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45232332 - Ancillary works for telecommunications
  • 45234100 - Railway construction works
  • 45314000 - Installation of telecommunications equipment
  • 45314300 - Installation of cable infrastructure
  • 48219700 - Communications server software package
  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 50330000 - Maintenance services of telecommunications equipment
  • 50332000 - Telecommunications-infrastructure maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51300000 - Installation services of communications equipment
  • 64200000 - Telecommunications services
  • 64227000 - Integrated telecommunications services
  • 71316000 - Telecommunication consultancy services
  • 71320000 - Engineering design services
  • 71334000 - Mechanical and electrical engineering 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

Third-Party Telecommunications Systems are to be procured as a single package, with two contracts, formed of Design & Build and Interim Operator elements.

The Third-Party Telecommunications Contractor will be responsible for the design, supply, installation,

testing & commissioning and interim operation of the Third-Party Telecommunication systems, this includes:

Passenger communication systems: Radio Access Network infrastructure to support the provision of voice and data mobile communications for HS2 users in stations and on the trains throughout the HS2 estate. This will require engagement and management of commercial arrangements with Mobile Network Operators (MNOs);

Emergency Services Network: (ESN) (tunnels and stations): Radio Access Network infrastructure to support coverage in stations, tunnels, depots and line of route to facilitate mobile communications for emergency response operations. This will include engagement and management of commercial arrangements with the ESN radio access network provider, on behalf of HS2 and or/ the Home Office;

Station Data Network (SDN): fixed and mobile communications including Distributed Antenna System (DAS) communication network to support both operational and public connectivity within all HS2 stations. This will

include transmission services (Ethernet, Wi-Fi, ESN and mobile cellular) to station operational systems, retail systems, customer information, customer communication and business systems; and

Interim operations: during trial operations, a separate contract will be awarded to the Third Party Telecommunications Contractor (Interim Operator) to operate and maintain the Third Party Telecommunication systems including provision of MNO, ESN and SDN services during trial operations on Phase One and 2a.

The Contracts

Design & Build Contract: A contract for the design and build of Phases One and 2a based on the NEC3 Engineering and Construction Contract (April 2013) Pricing Option C (Target Price with an Activity Schedule), will be used with suitable HS2 Ltd amendments and choice of optional X and Z clauses.

Interim Operator Contract: A contract for maintenance and interim operational services based on the NEC3 Term Service Contract (April 2013) Pricing Option A (Priced Contract with price list) with suitable HS2 Ltd amendments including a choice of optional X and Z clauses.

Upon completion the works will be handed over to a long-term Operating Partner. The Operating Partner will operate and maintain the systems and to provide MNO, ESN and SDN services by the start of full HS2 passenger services. The Operating Partner contract is out of scope of this procurement.

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: £81,000,000

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

Duration in months

126

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

Applicants are referred to the PQP and Pre-Qualification Questionnaire (PQQ) for information about conditions about participation.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

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 Pre-Qualification Questionnaire (PQQ) 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 the PQP 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 Contactor under the Contract.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Applicants are referred to the PQP 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

Negotiated procedure with prior call for competition

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

10 August 2021

Local time

12:00pm

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

1 March 2022

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 (PQ Application Deadline).

2) An Applicant may be a single organisation or a Consortium, as detailed in the PQP Documents.

3) An Applicant may only submit one PQ Application.

4) If an Applicant is invited to tender for this procurement, it is referred to as a Tenderer.

5) Section II.2.6 (81 000 000 GBP): the value of this procurement is estimated and based on Q3 2019 prices.

6) 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.

7) 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.

8) 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 a 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.

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

10) HS2 Ltd embraces diversity and welcomes 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 Applications from Applicants committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly.

11) 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 eventual tender documentation.

12) Applicants must allow sufficient time for uploading their Pre-Qualification Applications and tenders. HS2 Ltd reserves the right to reject any Pre-Qualification Application or tender that is not submitted in full before the relevant submission deadline.

13) 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.

14) Access to PQQ and ITT documentation will be conditional upon HS2 Ltd receiving a confidentiality agreement in advance.

15) Terms with an initial capital letter used in this Contract Notice and the PQP Documents have the meanings given in those documents.

16) 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.

17) For further assistance contact JAGGAER Advantage which is available Monday to Friday (8:00-18:00) GMT on: Email help@bravosolution.co.uk or Telephone +44 8003684850.

18) Applicants should be aware that HS2 Ltd reserves the right to omit work from and/or vary and or require optional scope to be undertaken.

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

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.