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
Country
United Kingdom
NUTS 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 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