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 Notice

HV Power System for Phase 1 and 2a of the HS2 Project

  • First published: 11 August 2020
  • Last modified: 11 August 2020

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:
HS2
Authority ID:
AA77354
Publication date:
11 August 2020
Deadline date:
05 October 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Railway Systems High Voltage (HV) Power Systems package of work comprises:

• design, build, testing and commissioning of the High Voltage (HV) traction power systems, non-traction power systems and Low Voltage Distribution Network Operators (LV-DNO) for Phase 1 and Phase 2a of the HS2 Project (together the ‘High Voltage (HV) Power Systems’), and

• ongoing maintenance activities in connection with the High Voltage (HV) Power Systems.

The HV Traction Power Systems include a high speed traction power electrification system which will be a -25-0-25kV Autotransformer system with a nominal fault current level of 15 kA. The system will be designed by the contractor to supply the appropriate amount of traction current into the electrification system to enable the railway operator to run its specified train timetable. Full details of HS2 Ltd’s requirements will appear in the Works Information to be issued at ITT stage.

The non-traction power systems shall feed all necessary railways systems facilities in tunnels and open route at the appropriate voltage level, power demand and system availability. The non-traction power systems will be a distributed HV ring network within the tunnels whilst open route power connections shall be taken from the local DNO infrastructure at an appropriate voltage. The system design voltages are planned to be either 33 kV or 11 kV distributed through the tunnels to enable the supplies to the LV tunnel services.

Railway Systems High Voltage (HV) Power Systems contractor will be the PC for the railway systems compounds LV- DNO supply includes some of the DNO connections along the line (open route) to the LV open route services.

The Railway Systems High Voltage (HV) Power Systems Contractor will be required to supply traction and non traction power to the HS2 rolling-stock maintenance depot at Washwood Heath (Birmingham). This will include interfacing with the Network Integrated Control Centre (NICC).

The HV Power Systems Contractor will be required to provide temporary supplies for construction use at its Railway Systems Compounds (RSC) where it is principal contractor, this may involve adopting the temporary supplies previously provided by MWCC.

HS2 Ltd will provide applicants with an employer’s design (where requirements are mandated) supported by a reference design in order that the applicant can develop a target price. Minimal amounts of design expected to be undertaken by the applicant at tender stage. For example, HS2 Ltd will specify the Major Feeding Diagram (MFD) for the Traction Power System (TPS), the feeding arrangement, sectioning, location and the type of the sites (ATS, ATFS, MPATS) are mandated. The electrical configuration and layout of these sites are part of the reference design and the successful contractor will determine the eventual plant and equipment and how this will be designed and configured within the Client’s constraints/requirements/specifications. The applicant will be responsible for producing an integrated design, procurement, installation, testing, commissioning and hand over of the TPS.

This procurement shall also contain a maintenance contract pursuant to which the contractor shall provide maintenance services in relation to the completed works. HS2 Ltd intends that the full details will appear in the Invitation to Tender at ITT stage, but the maintenance contract (for both Phases 1 and 2a) will continue for an initial term of 7 years (or until Phase 2 comes into operation), running from the first sectional completion of the works under the design and build contract with an option to extend.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

HS2

06791686

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

Birmingham

B4 6GA

UK

Contact person: HS2 Procurement

E-mail: SCC@hs2.org.uk

NUTS: UK

Internet address(es)

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

I.3) Communication

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

https://hs2.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://hs2.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

HV Power System for Phase 1 and 2a of the HS2 Project

II.1.2) Main CPV code

45230000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This procurement relates to a single package of work for High Voltage (HV) Power Systems for Phase 1 and Phase 2a of the Project. The scope of work for the design, build, testing and commissioning includes without limitation the specification, design, procurement, supply of materials, procurement of Distribution Network Operators (DNO) connections, installation, factory and site testing, commissioning, training, spares provision, any caretaking or maintenance requirements prior to completion, consents, interfacing with HS2 Ltd’s other contractors and stakeholders, interface with National Grid, and provision of all required hand-over documentation of a fully commissioned HV Power System. The scope of work for maintenance includes some or all of the ongoing maintenance of the completed works.

Please note that HS2 Ltd reserves the right in its absolute discretion to omit any work, including work related to Phase 2a and further details of this right will appear in the ITT documentation.

II.1.5) Estimated total value

Value excluding VAT: 523 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31170000

31174000

31214000

31321300

31682540

34632300

34940000

42961200

45234100

45310000

45315400

45317200

45317300

50200000

71320000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Railway Systems High Voltage (HV) Power Systems package of work comprises:

• design, build, testing and commissioning of the High Voltage (HV) traction power systems, non-traction power systems and Low Voltage Distribution Network Operators (LV-DNO) for Phase 1 and Phase 2a of the HS2 Project (together the ‘High Voltage (HV) Power Systems’), and

• ongoing maintenance activities in connection with the High Voltage (HV) Power Systems.

The HV Traction Power Systems include a high speed traction power electrification system which will be a -25-0-25kV Autotransformer system with a nominal fault current level of 15 kA. The system will be designed by the contractor to supply the appropriate amount of traction current into the electrification system to enable the railway operator to run its specified train timetable. Full details of HS2 Ltd’s requirements will appear in the Works Information to be issued at ITT stage.

The non-traction power systems shall feed all necessary railways systems facilities in tunnels and open route at the appropriate voltage level, power demand and system availability. The non-traction power systems will be a distributed HV ring network within the tunnels whilst open route power connections shall be taken from the local DNO infrastructure at an appropriate voltage. The system design voltages are planned to be either 33 kV or 11 kV distributed through the tunnels to enable the supplies to the LV tunnel services.

Railway Systems High Voltage (HV) Power Systems contractor will be the PC for the railway systems compounds LV- DNO supply includes some of the DNO connections along the line (open route) to the LV open route services.

The Railway Systems High Voltage (HV) Power Systems Contractor will be required to supply traction and non traction power to the HS2 rolling-stock maintenance depot at Washwood Heath (Birmingham). This will include interfacing with the Network Integrated Control Centre (NICC).

The HV Power Systems Contractor will be required to provide temporary supplies for construction use at its Railway Systems Compounds (RSC) where it is principal contractor, this may involve adopting the temporary supplies previously provided by MWCC.

HS2 Ltd will provide applicants with an employer’s design (where requirements are mandated) supported by a reference design in order that the applicant can develop a target price. Minimal amounts of design expected to be undertaken by the applicant at tender stage. For example, HS2 Ltd will specify the Major Feeding Diagram (MFD) for the Traction Power System (TPS), the feeding arrangement, sectioning, location and the type of the sites (ATS, ATFS, MPATS) are mandated. The electrical configuration and layout of these sites are part of the reference design and the successful contractor will determine the eventual plant and equipment and how this will be designed and configured within the Client’s constraints/requirements/specifications. The applicant will be responsible for producing an integrated design, procurement, installation, testing, commissioning and hand over of the TPS.

This procurement shall also contain a maintenance contract pursuant to which the contractor shall provide maintenance services in relation to the completed works. HS2 Ltd intends that the full details will appear in the Invitation to Tender at ITT stage, but the maintenance contract (for both Phases 1 and 2a) will continue for an initial term of 7 years (or until Phase 2 comes into operation), running from the first sectional completion of the works under the design and build contract with an option to extend.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 523 000 000.00  GBP

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

Start: 18/08/2022

End: 31/08/2047

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the procurement and/or require optional scope to be undertaken. In particular without limitation, the procurement will include Phase 2a of the Project provided that HS2 Ltd reserves the right to omit and/or vary Phase 2a works at its discretion.

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Applicants are referred to the PQP Documents for information about conditions for participation.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Selection criteria as stated in the PQP Documents.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as stated in the PQP Documents.


Minimum level(s) of standards required:

Applicants are referred to the PQP Documents for information about HS2 Ltd’s requirements and Minimum Standards in relation to technical and professional ability for this procurement.

III.1.4) Objective rules and criteria for participation

Applicants are referred to the PQP Documents for information about HS2 Ltd’s rules and criteria for participation in this procurement.

III.1.6) Deposits and guarantees required:

HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (potentially including the grant of step-in rights) and other forms of security as appropriate to be specified in the procurement documents to be made available at the invitation to tender stage. Applicants are referred to the PQP Documents for relevant information available at this contract notice stage.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

The main financing conditions, payment mechanism, performance standards and incentive mechanism will be described in the procurement documents to be made available at invitation to tender stage but it is expected that the form of contract governing these arrangements will be based on the NEC3 Engineering and Construction Contract Option C, or other suitable pricing option, for the design and build element and the NEC3 Term Services Contract for the Maintenance Services Contract. HS2 Ltd intends to introduce and promote collaborative working arrangements between itself and the other Railway Systems Contractors through detailed provisions in the contract. HS2 Ltd intends to include Key Performance Indicators to incentivise performance. Further details will appear in the invitation to tender. Applicants are referred to the PQP Documents for relevant information available at this contract notice stage.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

HS2 Ltd will accept expressions of interest and tenders from single entities or Consortia. HS2 Ltd does not require those Consortia who intend to form a single legal entity to do so at the PQ stage. HS2 Ltd will consider contracting with a consortium, providing always that the participants in any Consortium are jointly and severally liable for all of the obligations of the contractor under the contract.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Applicants are referred to the PQP documents for details.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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:

2016/S 207-374948

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 05/10/2020

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 07/05/2021

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 24 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

1) To express interest in this procurement, applicants must complete the PQQ on the HS2 eSourcing Portal strictly in accordance with the submission deadline for PQ Applications stated in the PQP (PQ Application Deadline). Please note that the PQ Application Deadline is a precise time and applicants should allow sufficient time to upload their PQ Applications. HS2 Ltd reserves the right to reject any PQ Application or tender that is not submitted in full before the relevant submission deadline.

2) An applicant may be a single organisation or a consortium, as detailed in Section 2 of the PQP manual;

3) An applicant may only submit one PQ Application.

4 If an applicant is invited to tender following the PQP stage, it is referred to as a tenderer.

5 Section II.2.5: the value set out in this section is estimated and based (on Q2 2020 prices subject to confirmation) and includes the full value for Phase 1, 2a design and Build stage, as well as an initial maintenance contract for 7 years running from the first sectional completion of the works under the design and build contract(s). It also includes the values for the optional 5 year extension, followed by a further optional 5-year extension of the maintenance contract.

6) Whilst these contracts are categorised as Works contracts for the purposes of this notice, their scope also contains significant elements of supplies and services as set out in the PQP documents.

7) Section II.2.7) (Duration of the contract): timescales in this contract notice are estimated based on the current HS2 Ltd programme but may be subject to change. The end date of 2047 is the latest possible end date of work under the contract(s) (excluding any defects periods).

8) A response to this contract notice does not guarantee that an applicant will be invited to tender. The award process may be terminated or suspended at any time without cost or liability to HS2 Ltd. HS2 Ltd does not bind itself to enter into any contract arising out of the procedures envisaged by this contract notice. No contractual rights express or implied arise out of this contract notice or the procedures envisaged by it. Any contract let by HS2 Ltd may provide that the scope or duration of the contract may be extended at HS2 Ltd.’s discretion. HS2 Ltd reserves the right to vary its requirements and the procedure relating to the conduct of the award process. HS2 Ltd reserves the right to disqualify any applicants on terms set out in the PQP documents;

9) Applicants shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this contract notice and the PQP Documents and with submitting any tender, howsoever incurred;

10) HS2 Ltd embraces diversity and welcomes PQ Applications from all suitably skilled and experienced economic operators of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. HS2 Ltd will actively promote sustainable procurement throughout its supply chain and welcomes PQ Applications from economic operators committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly;

11) The dates set out in this notice are indicative and based on the current programme. HS2 Ltd reserves the right to amend and refine this timetable and full details will appear in the PQP Documents and the procurement documents made available at the Invitation to Tender stage.

12) Applicants must allow sufficient time for uploading their full PQ Applications and tenders. HS2 Ltd reserves the right to reject any PQ Application or tender that is not submitted in full before the relevant submission deadline. HS2 Ltd reserves the right to require the submission of any additional, supplemental or clarification information as it may, in its absolute discretion, consider appropriate.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

E-mail: royalcourtsofjustice.jc@citizensadvice.org.uk

Internet address(es)

URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

HS2 Ltd will incorporate a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract and the reasons for the award decision are communicated to tenderers.

VI.5) Date of dispatch of this notice

06/08/2020

Coding

Commodity categories

ID Title Parent category
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45310000 Electrical installation work Building installation work
45317300 Electrical installation work of electrical distribution apparatus Other electrical installation work
45317200 Electrical installation work of transformers Other electrical installation work
34632300 Electrical installations for railways Railways traffic-control equipment
71320000 Engineering design services Engineering services
45315400 High voltage installation work Electrical installation work of heating and other electrical building-equipment
31321300 High-voltage cable Electricity power lines
31174000 Power supply transformers Transformers
45234100 Railway construction works Construction work for railways and cable transport systems
34940000 Railway equipment Miscellaneous transport equipment and spare parts
50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Repair and maintenance services
42961200 Scada or equivalent system Command and control system
31682540 Substation equipment Electricity supplies
31214000 Switchgear Electrical apparatus for switching or protecting electrical circuits
31170000 Transformers Electric motors, generators and transformers

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:
SCC@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.