Section one: Contracting entity
one.1) Name and addresses
High Speed Two (HS2) Limited (and in addition the Contracting Bodies listed in VI.3 below)
High Speed Two (HS2) Limited, Two Snowhill, Snow Hill Queensway
Birmingham
B4 6GA
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main 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 Station Building Systems
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 for the design and supply of station building systems, including Fire Detection and Alarm System, Building Energy Management System, Lighting Control System, Public Address & Voice Alarm System, Customer Information System and Station Information Management System primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. These key station building systems may also be required and called off under the Framework Agreement as Optional Scope at other HS2 sites (see VI.3 below). The Framework Agreement is being established for use by HS2 Ltd (Professional Services Call-Off Contracts) and for use by the Phase One Station Contractors (Design and Supply Call-Off Contracts with Optional Scope for Engineering Services) and for use by the other Contracting Bodies defined in VI.3 below.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £47,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 30214000 - Workstations
- 31500000 - Lighting equipment and electric lamps
- 31520000 - Lamps and light fittings
- 31625000 - Burglar and fire alarms
- 35100000 - Emergency and security equipment
- 48420000 - Facilities management software package and software package suite
- 48800000 - Information systems and servers
- 48813000 - Passenger information system
- 48952000 - Public address systems
- 71300000 - Engineering services
- 71314200 - Energy-management services
- 71320000 - Engineering design services
- 71630000 - Technical inspection and testing services
- 72254100 - Systems testing services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This procurement is for the establishment of a single supplier Framework Agreement for the design and supply of six station building systems primarily for the new HS2 Phase One Stations to be constructed in London at Euston and Old Oak Common and in the Midlands at Birmingham Curzon Street and Interchange. The six station building systems include:
• The Public Address / Voice Alarm (PAVA) system to enable the distribution of audible evacuation and operational information within the station.
• The Fire Detection and Alarm System to detect fires and raise the alarm in the event of an emergency.
• The Building Energy Management System (BEMS) to provide centralised monitoring of alarms, activities and maintenance prompts for systems throughout the station.
• The Lighting Control System to provide the minimum safe illumination of the public and back of house areas for the station.
• The Customer Information System (CIS) to enable delivery of information to customers and staff within the station.
• The Station Information Management System (SIMS) to provide local operational control and management of all aspects associated with passenger information and security, station services, including all fixed Mechanical and Electrical (M&E) and emergency situations.
The Framework Agreement will be used by HS2 Ltd (Professional Services Call-Off Contract for Systems Functional Specification, Reference Design and Demonstration) and used by the Phase One Station Contractors (Design and Supply Call-Off Contracts with an option to call off Engineering Services (Optional Scope) to undertake any of the installation, testing, commissioning, integration, bringing into service and other activities associated with the construction of the Station Specific Design) and will be used by the other Contracting Bodies defined in the included in the PQP documentation.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Cost criterion - Name: Commercial / Weighting: 40
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 Scope as described in II.2.11)2) and Optional Projects as described in II.2.11)1):
1) Optional Projects:
If instructed by a Contracting Body, as described in VI.3) part 6) (at their sole and absolute discretion), a Design and Supply Call-Off Contract for an Optional Project will be entered into between the relevant Contracting Body and the successful Tenderer; the prices and fee percentage submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking such Optional Project.
2) Optional Scope for Engineering Services:
a) The Framework Agreement includes Optional Scope for Engineering Services (installation, testing, commissioning, providing support for on-site integration, interim maintenance and training) that may be called off as part of a Design and Supply Call-Off Contract by the Phase One Station Contractors and other Contracting Bodies (in relation to an Optional Project). Station Contractors or other Contracting Bodies reserve the right to include the Optional Scope (in whole or in part) during the call-off process pursuant to the Framework Agreement.
b) If instructed by Station Contractors or other Contracting Bodies at their sole and absolute discretion, such Optional Scope would be included in the relevant Design and Supply Call-Off Contract and the prices and fee percentage submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking such Optional Scope.
3) Option to extend the term of 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 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
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 243-603240
Section five. Award of contract
Contract No
C1000-2789
Title
Framework Agreement for Station Building Systems
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 August 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Siemens Mobility Limited
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £47,000,000
Section six. Complementary information
six.3) Additional information
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;
• Washwood Heath (WWH), Rolling Stock Maintenance Depot (RSMD), the National Integrated Control Centre (NICC) and Calvert Infrastructure Maintenance Depot (IMD) Contractors;
• Phase One Main Works Civil Contractors (MWCC);
• Systems Integration Facility (SIF) Contractor;
• 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.
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
six.4.4) Service from which information about the review procedure may be obtained
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom