Section one: Contracting entity
one.1) Name and addresses
HS1 Ltd
5th floor, Kings Place, 90 York Way
London
N1 9AG
Contact
Procurement Two
Telephone
+44 2070142700
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
03539665
Internet address(es)
Main address
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
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