Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

HS2 Phase 1 Stations: Construction Partner Contract (Euston)

  • First published: 10 April 2019
  • Last modified: 10 April 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
High Speed Two (HS2) Limited
Authority ID:
AA23312
Publication date:
10 April 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Procurement for a management contractor (the construction partner) for the successful delivery of the new HS2 station to be located at London Euston to budget and programme. The construction partner will be appointed to manage the programme of works for the successful delivery of the new HS2 station at Euston to budget and programme including procurement and management of Works Packages, management and the provision of design, construction and commissioning and associated works and services.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

High Speed Two (HS2) Ltd

06791686

High Speed Two (HS2) Ltd, Two Snowhill, Snowhill Queensway

Birmingham

B4 6GA

UK

Telephone: +44 2079443000

E-mail: phaseonestations@hs2.org.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/high-speed-two-limited

I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

HS2 Phase 1 Stations: Construction Partner Contract (Euston)

II.1.2) Main CPV code

45213300

 

II.1.3) Type of contract

Works

II.1.4) Short description

High Speed Two (HS2) Ltd (“HS2 Ltd”) is responsible for developing and promoting the new high speed railway known as HS2. HS2 will initially run between London and Birmingham (Phase 1) but will subsequently be extended to link Birmingham to Manchester and Leeds (Phase 2). This procurement for Phase 1 Stations Construction Partner Contracts is related to the London stations:

1) Euston; and

2) Old Oak Common.

The scope is divided into 2 lots, 1 for each station. This Contract Award Notice is for the Phase 1 Stations Construction Partner Contract for Lot 1 Euston only.

The construction partners will each be appointed to manage the programme of works for the successful delivery of the relevant station to budget and programme including procurement and management of works packages, design, construction and commissioning and associated works and services.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

II.2) Description

Lot No: 1

II.2.1) Title

Euston Station

II.2.2) Additional CPV code(s)

45211360

45213310

45213320

45213321

45213322

45221000

45300000

71000000

71400000

71500000

72242000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Procurement for a management contractor (the construction partner) for the successful delivery of the new HS2 station to be located at London Euston to budget and programme. The construction partner will be appointed to manage the programme of works for the successful delivery of the new HS2 station at Euston to budget and programme including procurement and management of Works Packages, management and the provision of design, construction and commissioning and associated works and services.

II.2.5) Award criteria

Quality criterion: Technical ITT questions / Weighting: 57 %

Quality criterion: Commercial ITT questions (qualitative) / Weighting: 8 %

Quality criterion: Behavioural assessment / Weighting: 15 %

Cost criterion: Staff rates / Weighting: 10 %

Cost criterion: Lump sum fee / Weighting: 10 %

II.2.11) Information about options

Options: Yes

Description of options:

1) Optional Scope:

(i) HS2 Ltd reserves the right to instruct optional scope to include permanent enabling works where it is expedient and economic to do so, to accommodate future over-site development;

(ii) HS2 Ltd reserves the right to include the optional scope (in whole or in part) as part of the lot either during the procurement process prior to contract award or post award as an anticipated post contract modification;

(iii) if instructed by HS2 Ltd at its sole and absolute discretion, such optional scope would be undertaken by the construction partner in accordance with the contract and the rates and prices and % fee submitted by the successful tenderer will be applied to inform and calculate the price payable for undertaking such optional scope.

2) Euston Scope for Stages A and B1:

(i) the scope of this lot includes both Stages A and B1. However, since Stage B1 works are not programmed until 2026-2033, Stage B1 scope is included in the contract as a separate phase to be progressed by the construction partner, conditional on HS2 Ltd issuing a notice to proceed to Stage B1.

3) Design Services:

HS2 Ltd required the successful tenderer to enter into a novation agreement to novate the relevant Phase 1 Stations Design Services Contract (“SDSC”) to the construction partner (see related OJEU Contract Notice reference 2017/S 072-137921). The SDSC has been structured by HS2 Ltd to allow the consultant to undertake design services up to RIBA Stage 7. From the date of novation, the consultant will be required to perform a Lead Design Assurance Guardian role. However, the extent to which the consultant will be used to provide additional services to progress and further develop the design will be a matter for the construction partner to decide.

4) Step-in and resumption, replacement or novation:

The contract will require the construction partner, in its subcontracting arrangements, to procure from its subcontractors collateral warranties in favour of HS2 Ltd (as well as others). These collateral warranties will include step in arrangements which entitle HS2 Ltd to step in and assume the role of employer under subcontracts. HS2 Ltd may step-in on a temporary basis before stepping out either to allow the construction partner to resume its role or, in the event of termination of the construction partner's obligation to provide the works, to allow a replacement strategy to be implemented by HS2 Ltd. HS2 Ltd will also reserve the right to novate the subcontracts to itself (which will also be provided for in the collateral warranties) rather than appointing a replacement construction partner.

5) Secondees:

The contract will provide that a construction partner's employees may be seconded to HS2 Ltd to assist HS2 Ltd in managing the HS2 project (which could include managing Works during any step-in period).

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 161-332984

Section V: Award of contract

Lot No: 1

Contract No: CPC2163

Title: HS2 Phase 1 Stations: Construction Partner Contract (Euston)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

11/03/2019

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Mace Ltd

2410626

155 Moorgate

London

EC2M 6XB

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Dragados S.A.

A15139314

No 50 Avd, Camino De Santiago

Madrid

28050

ES

NUTS: ES

The contractor is an SME: No

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The estimated value is based on Q2 2017 prices. The actual value of the contract(s) may be different and may be higher or lower than the estimated value since the actual value will depend on a number of factors including:

(i) the rates, prices and Lump Sum Fee tendered by the successful Construction Partner;

(ii) whether HS2 Ltd exercises its right to introduce the optional scope and, if so, to what extent the Optional Scope is undertaken;

(iii) the value of the works packages awarded by the construction partner to its subcontractor(s) as calculated under the NEC3 ECC Option F contract as amended by HS2 Ltd.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

High Speed Two (HS2) Ltd incorporated a minimum ten (10) calendar days standstill period in accordance with Regulation 102 of the Utilities Contracts Regulations 2016 prior to concluding the award of the contract.

VI.5) Date of dispatch of this notice

04/04/2019

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45300000 Building installation work Construction work
45213300 Buildings associated with transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45221000 Construction work for bridges and tunnels, shafts and subways Engineering works and construction works
45213320 Construction work for buildings relating to railway transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213310 Construction work for buildings relating to road transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71500000 Construction-related services Architectural, construction, engineering and inspection services
72242000 Design-modelling services Systems analysis and programming services
45213322 Rail terminal building construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213321 Railway station construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45211360 Urban development construction work Construction work for multi-dwelling buildings and individual houses
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
phaseonestations@hs2.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.