Opportunity

Phase One and Phase Two Stations Platform Edge Doors Framework Agreement

  • HS2

F05: Contract notice – utilities

Notice reference: 2023/S 000-021284

Published 24 July 2023, 12:35pm



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

Telephone

+44 2079443000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.hs2.org.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://hs2.bravosolution.co.uk/web/index.html

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/web/index.html

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Phase One and Phase Two Stations Platform Edge Doors Framework Agreement

two.1.2) Main CPV code

  • 45234100 - Railway construction works

two.1.3) Type of contract

Works

two.1.4) Short description

This procurement is to establish a single-supplier Framework Agreement for Platform Edge Doors (PEDs) required at Old Oak Common and Interchange stations within the HS2 Phase One route (London to West Midlands) along with Optional Scope at Manchester Airport station within Phase 2b of the HS2 route. Optional Scope is also included for the provision of a gap detection system to protect persons from harm as a result of entrapment or fall between the PEDs, the station platforms and the rolling stock. This element of the Optional Scope is also being considered by HS2 Ltd for possible inclusion in other HS2 Ltd procurements being conducted in a similar timeframe to this procurement, including HS2 Ltd’s procurement of a Train Despatch System (TDS)(to be the subject of a separate call for competition).HS2 Ltd will confirm the extent of Optional Scope at ITT stage. 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.

two.1.5) Estimated total value

Value excluding VAT: £93,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34632200 - Electrical signalling equipment for railways
  • 34632300 - Electrical installations for railways
  • 34940000 - Railway equipment
  • 34946000 - Railway-track construction materials and supplies
  • 34990000 - Control, safety, signalling and light equipment
  • 35113300 - Safety installations
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45213322 - Rail terminal building construction work
  • 45233292 - Installation of safety equipment
  • 45234110 - Intercity railway works
  • 45234111 - City railway construction work
  • 45255120 - Platforms facilities construction work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 50000000 - Repair and maintenance services
  • 50220000 - Repair, maintenance and associated services related to railways and other equipment
  • 51000000 - Installation services (except software)
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71500000 - Construction-related services
  • 71521000 - Construction-site supervision services
  • 71541000 - Construction project management services
  • 72254100 - Systems testing services

two.2.3) Place of performance

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

Old Oak Common station is located within London along with Interchange station within the West Midlands. The Optional Scope for Phase 2b is at Manchester Airport station.

two.2.4) Description of the procurement

The procurement is for the award of a single-supplier Framework Agreement as described in section II.1.4) (Short description) above. Call-Off Contracts under the Framework Agreement will include works and services for design, prototyping, factory testing, integration testing, dynamic testing, manufacture, supply, installation, static testing and maintenance. Further information on the Outline Scope, Framework Agreement, commercial model and the procurement is included in the PQP and accompanying procurement documents.

See II.1.4) Short description: for additional information on the Optional Scope and HS2 Ltd’s options in this regard.

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: £93,000,000

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:

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 4 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) Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Framework Agreement. As further described in the PQP, Applicants should note in particular that:

2) Option to extend duration of the Framework Agreement.

The Framework Agreement is being procured on the basis that it will be awarded with an initial term of 8 years although, to ensure flexibility and resilience: (i) HS2 Ltd reserves the right to extend the term of the Framework Agreement 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 that if there are delays to the HS2 programme, the extension may be required if the anticipated timing of the Call-Off Contracts to deliver the PEDs Scope cannot be achieved within the initial 8 year term; and

(ii) 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.

3) See also II.1.4) Short description: for additional information on HS2 Ltd’s options in relation to Optional Scope.

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 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

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

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

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 either NEC3 Engineering and Construction Contract (ECC) or NEC3 Engineering and Construction Subcontract (ECS) or NEC3 Professional Services Contract (PSC) terms. HS2 Ltd intends that there will be a set of core terms and three different pricing options depending on the nature of the Works Package and Call-Off Contract: Option A (Priced Contract with Activity Schedule); Option C (Target Price Contract with Activity Schedule); and Option E (Cost Reimbursable Contract). 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 Contract.

three.2) Conditions related to the contract

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.1.3) 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.1.4) 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

5 September 2023

Local time

12:00pm

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

26 February 2024

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: 10 (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 in this Contract Notice and the PQP are defined in the PQP Manual, Appendix 4 Glossary.

2) To express interest in the Framework Agreement, Applicants must submit a PQ Application on the HS2 eSourcing portal by the PQ Application Deadline.

3) An Applicant may be a single organisation or a Consortium. An Applicant may only submit one PQ Application. An economic operator may not apply as more than one Applicant, whether as a single Applicant or as a Party to one or more Consortia. See PQP (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) Section I.1 (Contracting Entity): This Contract Notice is published by HS2 Ltd on behalf of itself and any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to the Framework Agreement (Contracting Bodies).

6) Section II.2.3 (Place of performance): Works will be undertaken along the Phase One route at Old Oak Common and Interchange stations with Optional Scope at Manchester Airport(see Outline Scope)or other HS2 Phase 1 or Phase 2 station sites (see II.1.4) Short description for additional information on the Optional Scope and options for adding in additional sites along the HS2 route.

7) Section II.2.6) (Estimated value): Further information on the estimated value is included in the PQP (Further Package Particulars).

8) Section 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.

9) Section 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.

10) Section IV.1.3) (Information about a framework agreement): HS2 Ltd intends to award 1 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.

11) Call-Off Contracts under the Framework Agreement will be awarded as described in the PQP Heads of Terms.

12) 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.

13) 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.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

Telephone

+44 20794760000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

Telephone

+44 20794760000

Country

United Kingdom