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

Ashford International Statement Management - Call for Competition

  • First published: 10 December 2022
  • Last modified: 10 December 2022
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-038c55
Published by:
HS1 Ltd
Authority ID:
AA0086
Publication date:
10 December 2022
Deadline date:
24 February 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
79993100 Facilities management services Building and facilities management services
60210000 Public transport services by railways Railway transport services
60200000 Railway transport services Transport services (excl. Waste transport)

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:
procurement@highspeed1.co.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.