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

High Speed Two (HS2) Ltd, Overhead Catenary System

  • First published: 02 July 2020
  • Last modified: 02 July 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:
02 July 2020
Deadline date:
13 August 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45234160 Catenarys construction works Construction work for railways and cable transport systems
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
71320000 Engineering design services Engineering services
45232210 Overhead line construction Ancillary works for pipelines and cables
45234100 Railway construction works Construction work for railways and cable transport systems
34940000 Railway equipment Miscellaneous transport equipment and spare parts

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:
John.Houston@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.