Opportunity

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Low Voltage Power Components

  • HS2

F05: Contract notice – utilities

Notice reference: 2021/S 000-024672

Published 4 October 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

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

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Low Voltage Power Components

two.1.2) Main CPV code

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

two.1.3) Type of contract

Supplies

two.1.4) Short description

This procurement is to establish a single supplier Framework Agreement under which there will be Call-Offs for the supply, installation, testing, commissioning, and maintenance of Uninterruptible Power Supply components & Central Battery Systems primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange (Base Scope). These Uninterruptible Power Supply components & Central Battery Systems may also be required and called off under the Framework Agreement as Optional Scope at other sites (see VI.3 below). The Framework Agreement is being established for use by the Phase One Station Contractors (Supply and Installation Call-Off Contract), HS2 Ltd and/or an appointed Infrastructure Manager, if applicable (Maintenance Call-Off Contract) and for use by other Contracting Bodies defined in VI.3 below (both Supply and Installation, and Maintenance Call-Off Contracts).   

two.1.5) Estimated total value

Value excluding VAT: £66,465,630

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30214000 - Workstations
  • 31500000 - Lighting equipment and electric lamps
  • 31520000 - Lamps and light fittings

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
Main site or place of performance

UK

two.2.4) Description of the procurement

This procurement is to establish a single supplier Framework Agreement under which there will be Call-Offs for the supply, installation, testing, commissioning, and maintenance of Uninterruptable Power Supply & Central Battery Systems, primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. These Uninterruptible Power Supply & Central Battery Systems may also be required and called off under the Framework Agreement as Optional Scope at other sites (see VI.3 below). The Framework Agreement is being established for use by the Phase One Station Contractors (Supply and Installation Call-Off Contract), HS2 Ltd and/or an appointed Infrastructure Manager, if applicable (Maintenance Call-Off Contract) and for use by other Contracting Bodies defined in VI.3 below (both Supply and Installation, and Maintenance Call Off Contracts). Further information on the procurement and on the scope (both Base and Optional), Contracting Bodies and anticipated timing and value of Call-Off Contracts is included in the PQP documents (including Heads of Terms and Outline Scope documents).

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: £66,465,630

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

Start date

5 December 2022

End date

5 December 2032

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 4 top scoring Applicants to tender for the Framework Agreement. However, HS2 Ltd reserves the right in its absolute discretion to invite fewer than four or to invite the fifth placed Applicant to tender for the Framework Agreement on the basis described in PQP Manual.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

HS2 Ltd reserves the right to omit and/or vary the scope. As further described in the PQP documents and in the accompanying Outline Scope document, Applicants should note in particular that the scope may include optional projects as described in II.2.11)1) below: 

1) Other Contracting Bodies, as described in VI.3) part 6) (at their sole and absolute discretion) can enter a Supply and Installation Call-Off Contract and a Maintenance Call-Off Contract with the successful Tenderer. The prices submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking the Optional Project. 

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 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. 

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

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

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 mechanism will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements will be in accordance with the provisions of NEC3 Supply Contract Fixed Price with Price Schedule (as amended by HS2).

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.


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:

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 Outline Scope document cannot be achieved within the initial eight-year term. This is to ensure HS2 Ltd can use the Framework Agreement to achieve its Stations Common Components strategy.

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.1.6) Information about electronic auction

An electronic auction will be used

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

22 November 2021

Local time

12:00pm

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

25 April 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.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 Term)

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 organization 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.

4. All Applicants are required to express an interest by registering on the HS2 eSourcing (https://hs2.bravosolution.co.uk). Registering is only required once.

5. For further assistance contact the BravoSolution helpdesk which is available Monday to Friday (8:00 -18:00) GMT on:

Email - help_uk@jaggaer.com or Telephone +44 800 069 8630.

6. Contracting Entity: This Contract Notice is published by HS2 Ltd on behalf of itself and these 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;

• The Infrastructure Manager;

• Phase One Station Contractors;

• Automated People Mover (APM) Contractor;

• Rail Systems Contractors;

• Tunnel and Lineside Mechanical & Electrical (M&E) Systems;

• Phase One Main Works Civil Contracts (MWCC);

• Washwood Heath (WWH)Rolling Stock Maintenance Depot (RSMD);

• Calvert Infrastructure Maintenance Depot (IMD);

•The National Integrated Control Centre (NICC);

•Systems Integration Facility (SIF);

•Any other body as may assume delivery and/or ownership responsibilities in respect of the assets covered by this Framework Agreement;

•The future operator(s) of any one or more of the Phase One Stations.

Further information on the Contracting Bodies is included in the PQP documentation.

7. II.1.3 Type of contract: this is a mixed procurement. The scope of the Framework Agreement includes works, services and supplies.

8. II.2.3 Place of performance: Unit components are to be installed at Phase One Stations and potentially other HS2 sites (see PQP Outline Scope document for more information). 

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

10. II.2.7 Duration of the Framework Agreement: the Framework Agreement is for an initial term of 8 years (96 months) with an option to extend for up to a further 2 years (24 months) (see II.2.11 above). Further information on anticipated timing of Call-Off Contracts is included in the PQP documents (Outline Scope). 

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

12. IV.1.1 Type of procedure: HS2 Ltd is procuring the Framework Agreement in accordance with the negotiated procedure with prior call for competition pursuant to UCR 2016, reg. 47. As stated in the PQP documents, HS2 Ltd reserves the right not to conduct negotiations with Tenderers. 

13. Candidates and Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this PQP and any subsequent Invitation, howsoever incurred. 

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