Tender

Ashford International Statement Management - Call for Competition

  • HS1 Ltd

F04: Periodic indicative notice – utilities (call for competition)

Notice identifier: 2022/S 000-034961

Procurement identifier (OCID): ocds-h6vhtk-038c55

Published 9 December 2022, 3:09pm



Section one: Contracting entity

one.1) Name and addresses

HS1 Ltd

5th floor, Kings Place, 90 York Way

London

N1 9AG

Contact

Procurement Two

Email

procurement@highspeed1.co.uk

Telephone

+44 2070142700

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

03539665

Internet address(es)

Main address

http://www.highspeed1.co.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/73582

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58043&B=HIGHSPEED1

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58043&B=HIGHSPEED1

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

one.6) Main activity

Other activity

Rail Infrastructure


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Ashford International Statement Management - Call for Competition

Reference number

HS1-ENG-2022-56

two.1.2) Main CPV code

  • 60200000 - Railway transport services

two.1.3) Type of contract

Services

two.1.4) Short description

HS1 is to replace its current Station Management Agreement (“SMA”) for Ashford International Station from 01 October 2023 on a 3-year 3-month 1+1+1 contractual basis. Therefore, HS1 is seeking bidder proposals to undertake the works including, building upon current successes, and providing class leading customer service as well as technological and management innovations. Emphasis is being placed upon delivering the highest standards of customer service for stakeholders and value-added products in line with our ultimate station goals of being the best in the world

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60210000 - Public transport services by railways
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

HS1 is to replace its current Station Management Agreement (“SMA”) for Ashford International Station from 01 October 2023 on a 3-year 3-month 1+1+1 contractual basis. Therefore, HS1 is seeking bidder proposals to undertake the works including, building upon current successes, and providing class leading customer service as well as technological and management innovations. Emphasis is being placed upon delivering the highest standards of customer service for stakeholders and value-added products in line with our ultimate station goals of being the best in the world The specification will define the requirements for station management, including the requirement to: • Hold ROG’s certification, • Undertaking of security to DfT LTS requirements, cleaning, and maintenance • Support to undertake preventative and corrective maintenance to the whole of the Mechanical, Electrical and Plumbing (MEP), building Fabric, Communications and Data systems installed at Ashford International Station.

The exact requirement and scope of service can be found within Appendix 1 and Appendix 1A of the RFP. Please refer to the attached Call for Competition document for the next steps including the completion of an NDA before receiving the additional confidential appendices.

two.2.6) Estimated value

Value excluding VAT: £900,000

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

This contract is subject to renewal

Yes

Description of renewals

Initial duration of 3 years and 3 months, with extensions of 1+1+1 years

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

Selection criteria as stated in the Procurement documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the Procurement documents.

Minimum level(s) of standards possibly required

Selection criteria as stated in the Procurement documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the Procurement documents.

Minimum level(s) of standards possibly required

Selection criteria as stated in the Procurement documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Selection criteria as stated in the Procurement documents.


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: No

four.2) Administrative information

four.2.2) Time limit for the receipt of applications for an invitation to tender or to negotiate

Date

24 February 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

HS1 Ltd

Fifth Floor, Kings Place, 90 York Way,

London

N1 9AG

Email

procurement@highspeed1.co.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

HS1 Legal Team

90 York Way

London

N1 9AG

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

HS1 Procurement Team

90 York Way

London

N1 9AG

Country

United Kingdom