Awarded contract

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

  • High Speed Two (HS2) Limited

F06: Contract award notice – utilities

Notice reference: 2024/S 000-031910

Published 4 October 2024, 2:26pm



Section one: Contracting entity

one.1) Name and addresses

High Speed Two (HS2) Limited

High Speed Two (HS2) Limited, 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.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 of Low Voltage (LV) Power Components primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange (Base Scope). These LV Power Components 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, HS2 and for use by other Contracting Bodies defined in VI.3 below (Supply Call-Off Contracts).

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: £22,194,327

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
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement is to establish a single supplier Framework Agreement for the supply of Low Voltage (LV) Power Components, including Air Circuit Breakers (ACB); Moulded Case Circuit Breakers (MCCB); Digital Electricity Meters; Busbar Trunking ; Battery Tripping Units and Automatic Transfer Switches (ATS), primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. These LV Power Components 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, HS2 Ltd and for use by other Contracting Bodies defined in VI.3 below (Supply Call-Off Contract). 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

Cost criterion - Name: Commercial / Weighting: 100

two.2.11) Information about options

Options: Yes

Description of options

HS2 Ltd reserves the right to omit and/or vary the Scope.

These LV Power Components may also be required and called off under the Framework Agreement as Optional Scope at other sites (see VI.3) below).

1) Other Contracting Bodies, (as described in VI.3) at their stole and absolute discretion can enter a Supply 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 Projects.

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 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-022997


Section five. Award of contract

Contract No

C1000-3010

Title

Framework Agreement for Low Voltage Power Components

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 September 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ABB Limited

Daresbury Park, Daresbury

Warrington

WA4 4BT

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: £22,194,327


Section six. Complementary information

six.3) Additional information

HS2 Ltd and the Other Contracting Bodies described in the Contract Notice who will (or who are entitled) to use the Framework Agreement, namely:

• HS2 Ltd (including any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to this Framework Agreement – for Call Off 2

• Automated People Mover (APM) Contractor;

• Rail Systems Contractors;

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

• Calvert Infrastructure Maintenance Depot (IMD) Contractors;

• Phase One Main Works Civil Contractors (MWCC);

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

• the National Integrated Control Centre (NICC) Contractor;

• 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.

Value of the contract: the value stated is an estimated value for the Framework Agreement and call-off-contracts to be made under the Framework Agreement, but the actual value may be higher or lower in accordance with the terms of the procurement documents, the Framework Agreement as awarded and the terms of the call- off contracts to be awarded under the Framework Agreement.

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