Periodic indicative notice – utilities
This notice is a call for competition
Section I: Contracting
entity
I.1) Name and addresses
HS2
High Speed Two (HS2) Ltd, Two Snowhill, Queensway
Birmingham
B4 6GA
UK
E-mail: John.Houston@hs2.org.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/high-speed-two-limited
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://hs2.bravosolution.co.uk/web/index.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://hs2.bravosolution.co.uk/web/index.html
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
High Speed Two (HS2) Ltd, Overhead Catenary System
II.1.2) Main CPV code
45230000
II.1.3) Type of contract
Works
II.1.4) Short description
HS2 Ltd intends to procure the design, manufacture, supply, installation, testing and commissioning to cover phase one and Phase 2a. OCS will be procured from one contractor but phase 1 and Phase 2a will be split into two separate contracts as shown below:
Phase 1 includes but is not limited to:
469 single track kms, including 250 bridges, 58 viaducts, 47 underbridges, 148 overbridges and 115 culverts. Six passing/maintenance loops/sidings and four complex track junctions.131 point ends, including 99 high-speed turnouts (between 130 km/h and 230 km/h), 32 low-medium speed turnouts (up to and including 100 km/h), 5 traps or diamonds.
Phase 2a includes bit is not limited to:
120 single track kms, including 18 underbridges, 43 overbridges, 4 viaducts, 2 tunnels, 1 retained cutting and 46 culverts. 24 point ends (130 km/h), 2 high-speed turnouts (230 km/h).
II.1.5) Estimated total value
Value excluding VAT:
302 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34940000
45232210
45234100
45234160
71320000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
High Speed Two (HS2) Ltd ('HS2 Ltd') is the body responsible for developing and promoting the new high speed railway system known as High Speed Two (HS2). HS2 will initially run between London and Birmingham (phase 1) but will subsequently be extended to link Birmingham to Crewe (phase 2a) and Crewe to Manchester and the West Midlands to Leeds (phase 2b). Phase 2a and 2b are subject to HS2 Ltd achieving Royal Assent. The Railway Systems tranche of work incorporates a number of critical disciplines for the HS2 project, including without limitation the design, construction, commissioning and testing of track, overhead catenary, lineside M & E and tunnels, power, signalling and communications.
This procurement relates to overhead catenary systems (OCS) for phase 1 and phase 2a.
HS2 Ltd intends to procure the design, manufacture, supply, installation, testing and commissioning to cover phase one and phase 2a. OCS will be procured from one contractor but phase 1 and phase 2a will be split into two separate contracts as shown below:
Phase 1 includes but is not limited to:
469 single track kms, including 250 bridges, 58 viaducts, 47 underbridges, 148 overbridges and 115 culverts. Six passing/maintenance loops/sidings and four complex track junctions. 131 point ends, including 99 high-speed turnouts (between 130 km/h and 230 km/h), 32 low-medium speed turnouts (up to and including 100 km/h), 5 traps or diamonds.
Phase 2a includes but is not limited to:
120 single track kms, including 18 underbridges, 43 overbridges, 4 viaducts, 2 tunnels, 1 retained cutting and 46 culverts. 24 point ends (130 km/h), 2 high-speed turnouts (230 km/h).
Further information on the procurement and on the scope is included in the candidate's Guide made available by HS2 Ltd at the address in VI.3) below and in the accompanying draft initial procurement documents (including the draft Invitation and draft request to participate ('RTP') documents).
HS2 Ltd intends to limit the number of tenderers on the basis set out in section 4.7 of the draft invitation.
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:
302 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
II.2.11) Information about options
Options:
Yes
Description of options:
Candidates 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 but 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
II.2.14) Additional information
Candidates must register their expression of interest in the OCS by registering on the HS2 eSourcing Portal (see details in VI.3 below). Candidates will be able to download HS2 Ltd's candidate's guide and accompanying draft initial procurement documents which include the draft invitation and draft request to participate ('RTP') documents for information about conditions for participation.
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:
Candidates must register their expression of interest in the OCS Procurement by registering on the HS2 eSourcing Portal (see details in VI.3 below). Candidates will be able to download HS2 Ltd's candidate's guide and accompanying draft initial procurement documents which include the draft invitation and draft request to participate ('RTP') documents for information about conditions for participation.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Candidates are referred to the accompanying draft initial procurement documents for information about HS2 Ltd's requirements and minimum standards in relation to economic and financial standing.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Candidates are referred to the candidate's Guide and the accompanying draft initial procurement documents for information about HS2 Ltd's requirements and minimum standards in relation to technical and professional ability.
III.1.4) Objective rules and criteria for participation
Candidates are referred the candidate's guide and the accompanying draft initial procurement documents for information about HS2 Ltd's rules and criteria for participation. Candidates must first submit their expression of interest to this call for competition by registering on the HS2 eSourcing Portal (see details in VI.3 below). There will be no further call for competition and only Candidates who have registered by the expression of interest deadline will be asked to submit a request to participate ('RTP').
III.2) Conditions related to the contract
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.2.2) Time limit for the receipt of applications for an invitation to tender or to negotiate/Time limit for receipt of expressions of interest
Date:
13/08/2020
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.5) Scheduled date for start of award procedures
13/08/2020
Section VI: Complementary information
VI.3) Additional information
1) Capitalised terms in this PIN are defined in the draft invitation accompanying the candidate's guide (Table 1.3).
2) This PIN is a call for competition. To express interest, candidates must register at the address at I.3) by 10.00 13 August 2020 (expression of interest deadline). HS2 Ltd will subsequently invite Candidates who have registered their expression of interest by the expression of interest deadline to confirm their continuing interest and request to participate. HS2 Ltd will not publish a further call for competition prior to award. See additional information in the candidate's guide and accompanying draft initial procurement documents.
3) A candidate may be a single entity or a consortium. A candidate may only submit one expression of interest and, subsequently one RTP.
4) I.1) contracting entity: this PIN is published by HS2 Ltd on behalf of itself and these contracting bodies:
• HS2 Ltd (including any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to this contract.
5) II.1.3) type of contract: works
6) II.2.3) place of performance: UK.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.5) Date of dispatch of this notice
30/06/2020