Section one: Contracting authority/entity
one.1) Name and addresses
High Speed Two (HS2) Ltd
High Speed Two (HS2) Ltd, Two Snowhill, Queensway
Birmingham
B4 6GA
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://gov.uk/government/organisations/high-speed-two-limited
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Phase One Stations: Design Services Contracts
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
HS2 Ltd has awarded the Stations Design Services Contracts (SDSC) which are divided into the following 4 Lots:
Southern Lots
• London Euston; and
• Old Oak Common.
Northern Lots
• Interchange Station; and
• Birmingham Curzon Street.
The scope of Design Services (including base scope and optional scope) was described in the Pre-Qualification Pack (‘PQP’) and accompanying Procurement Documents, Applicants/Tenderers were able to express interest in and, if shortlisted, tender for all 4 Lots.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £221,000,000
two.2) Description
two.2.1) Title
Interchange
Lot No
3
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3: Procurement for a Design Services Contract for design and other related services in relation to the new HS2 Interchange Station. The Consultant provides a multi-disciplinary design team to provide station design services in two stages:
• Stage 1: Development of a design in accordance with the Employer’s Requirements to deliver HS2’s “Design Vision” within the delivery budget; achieve Schedule 17 Planning Approval for the station works (Employer’s design stage ‘Scheme Design’: broadly equivalent to RIBA stage 3); and further design as specified by the Employer to further develop specifications to support delivery planning and procurement;
• Stage 2: After appointment of the station MWSC and the receipt of applicable planning approval, the design services contract will be novated to the MWSC who will instruct “Lead Designer” scope of services. The Consultant will undertake this Lead Designer role and any further design services instructed by and agreed with the MWSC.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70%
Price - Weighting: 30%
two.2.11) Information about options
Options: Yes
Description of options
HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts and/or require optional scope to be performed.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
This is a voluntary ex ante transparency notice (“VEAT Notice”) pursuant to Regulation 114 of the Utilities Contracts Regulations 2016 (“UCR”) relating to a variation agreement to increase the value of an awarded contract. The Phase One Stations: Design Services Contracts (113915-2018) (the “SDSC”) was awarded in 2018. The SDSC included 4 lots. The total value of the SDSC was 221,000,000 GBP. The value of the Lot 3 contract for Interchange Station (the “Lot 3 Contract”)) was 23,000,000 GBP. This VEAT Notice is issued to confirm that High Speed Two (HS2) Ltd (“HS2”) intends to instruct a variation to the Lot 3 Contract in order for additional services to be provided. These additional services will consist of taking the Interchange Station Scheme Design to Detailed Design, broadly equivalent to RIBA Stage 4. The total value of the Lot 3 Contract will increase from 23,000,000 GBP by 16,000,000 GBP to 39,000,000 GBP (excluding VAT) to account for the additional services being required over and above the original estimate. The total value of the SDSC after executing the variation excluding VAT will be 237,000,000.00 GBP. The modification described above is not a substantial modification, and therefore it can be made without a new procurement procedure under Regulation 88(1)(e) of the UCR. The proposed modification is not ‘substantial’ within the meaning of Regulation 88(7) for the following reasons: Albeit the modification adds scope and increases the contract value, it does not extend the scope considerably (the original scope advising that some Works Packages may be required to the level of Detailed Design, with “further development of design” potentially being instructed by the Employer). As such, the character of the contract has not changed, which continues to be for the provision of design services for the Interchange Station. The Consultant delivering the scope remains unchanged, and the there is no shift in economic balance of the contract as the prices for introduction of modified scope have been compiled based on the agreed, competitively tendered contracted rates. The additional services would not have allowed for different bidders to participate nor admission of additional participants as similar skills are required to provide scheme as are required to undertake Detailed Design and it is not considered that the additional services would have altered the original procurement outcome because the difference in score between the successful and unsuccessful tenders would not have been impacted by such addition.
HS2 intends to enter into the variation agreement not sooner than thirty (30) days after the date that immediately follows the date of publication of the VEAT Notice on the TED platform.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract/concession
Contract No
SDSC2159
Lot No
1
Title
London Euston
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
13 February 2018
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Ove Arup & Partner International Limited
13 Fitzroy Street
London
W1T 4BQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £98,000,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Contract No
SDSC2160
Lot No
2
Title
Old Oak Common
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
13 February 2018
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
WSP UK Limited
WSP House, 70 Chancery Lane
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £70,000,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Contract No
SDSC2161
Lot No
3
Title
Interchange
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
13 February 2018
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Ove Arup & Partner International Limited
13 Fitzroy Street
London
W1T 4BQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £39,000,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section five. Award of contract/concession
Contract No
SDSC2162
Lot No
4
Title
Birmingham Curzon St
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
13 February 2018
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
WSP UK Limited
WSP House, 70 Chancery Lane
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £30,000,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
A VEAT notice has been issued on the tenders electronic daily (TED) platform, notice ref - 772637-2025.
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
London
Country
United Kingdom