Periodic indicative notice – utilities
This notice is a call for competition
Section I: Contracting
entity
I.1) Name and addresses
HS1 Ltd
03539665
5th floor, Kings Place, 90 York Way
London
N1 9AG
UK
Contact person: Procurement Two
Telephone: +44 2070142700
E-mail: procurement@highspeed1.co.uk
NUTS: UK
Internet address(es)
Main address: http://www.highspeed1.co.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/73582
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58043&B=HIGHSPEED1
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Other: Rail Infrastructure
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Ashford International Statement Management - Call for Competition
Reference number: HS1-ENG-2022-56
II.1.2) Main CPV code
60200000
II.1.3) Type of contract
Services
II.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
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
60210000
79993000
79993100
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.6) Estimated value
Value excluding VAT:
900 000.00
GBP
II.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
II.2.10) Information about variants
Variants will be accepted:
Yes
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:
Selection criteria as stated in the Procurement documents.
III.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 required:
Selection criteria as stated in the Procurement documents.
III.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 required:
Selection criteria as stated in the Procurement documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Selection criteria as stated in the Procurement documents.
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:
No
IV.2) Administrative information
IV.2.2) Time limit for the receipt of applications for an invitation to tender or to negotiate/Time limit for receipt of expressions of interest
Date:
24/02/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
HS1 Ltd
Fifth Floor, Kings Place, 90 York Way,
London
N1 9AG
UK
E-mail: procurement@highspeed1.co.uk
VI.4.2) Body responsible for mediation procedures
HS1 Legal Team
90 York Way
London
N1 9AG
UK
VI.4.4) Service from which information about the review procedure may be obtained
HS1 Procurement Team
90 York Way
London
N1 9AG
UK
VI.5) Date of dispatch of this notice
09/12/2022