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

Phase One and Phase Two Stations Platform Edge Doors Framework Agreement

  • First published: 25 July 2023
  • Last modified: 25 July 2023

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:
ocds-h6vhtk-03e4b0
Published by:
HS2
Authority ID:
AA77354
Publication date:
25 July 2023
Deadline date:
05 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The procurement is for the award of a single-supplier Framework Agreement as described in section II.1.4) (Short description) above. Call-Off Contracts under the Framework Agreement will include works and services for design, prototyping, factory testing, integration testing, dynamic testing, manufacture, supply, installation, static testing and maintenance. Further information on the Outline Scope, Framework Agreement, commercial model and the procurement is included in the PQP and accompanying procurement documents.

See II.1.4) Short description: for additional information on the Optional Scope and HS2 Ltd’s options in this regard.

HS2 Ltd intends to limit the number of Tenderers invited to tender on the basis set out in PQP Further Package Particulars.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

HS2

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

Birmingham

B4 6GA

UK

Telephone: +44 2079443000

E-mail: scc@hs2.org.uk

NUTS: UK

Internet address(es)

Main address: https://www.hs2.org.uk/

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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://hs2.bravosolution.co.uk/web/index.html


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Phase One and Phase Two Stations Platform Edge Doors Framework Agreement

II.1.2) Main CPV code

45234100

 

II.1.3) Type of contract

Works

II.1.4) Short description

This procurement is to establish a single-supplier Framework Agreement for Platform Edge Doors (PEDs) required at Old Oak Common and Interchange stations within the HS2 Phase One route (London to West Midlands) along with Optional Scope at Manchester Airport station within Phase 2b of the HS2 route. Optional Scope is also included for the provision of a gap detection system to protect persons from harm as a result of entrapment or fall between the PEDs, the station platforms and the rolling stock. This element of the Optional Scope is also being considered by HS2 Ltd for possible inclusion in other HS2 Ltd procurements being conducted in a similar timeframe to this procurement, including HS2 Ltd’s procurement of a Train Despatch System (TDS)(to be the subject of a separate call for competition).HS2 Ltd will confirm the extent of Optional Scope at ITT stage. The Framework Agreement is being established for use by HS2 Ltd and for use by the other Contracting Bodies defined in VI.3 below. Further information on the Framework Agreement and Call-Off Contracts to be called off under it is included in the PQP and accompanying procurement documents.

II.1.5) Estimated total value

Value excluding VAT: 93 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34632200

34632300

34940000

34946000

34990000

35113300

45200000

45213322

45233292

45234110

45234111

45255120

45340000

50000000

50220000

51000000

71320000

71321000

71500000

71521000

71541000

72254100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Old Oak Common station is located within London along with Interchange station within the West Midlands. The Optional Scope for Phase 2b is at Manchester Airport station.

II.2.4) Description of the procurement

The procurement is for the award of a single-supplier Framework Agreement as described in section II.1.4) (Short description) above. Call-Off Contracts under the Framework Agreement will include works and services for design, prototyping, factory testing, integration testing, dynamic testing, manufacture, supply, installation, static testing and maintenance. Further information on the Outline Scope, Framework Agreement, commercial model and the procurement is included in the PQP and accompanying procurement documents.

See II.1.4) Short description: for additional information on the Optional Scope and HS2 Ltd’s options in this regard.

HS2 Ltd intends to limit the number of Tenderers invited to tender on the basis set out in PQP Further Package Particulars.

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: 93 000 000.00  GBP

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

Duration in months: 120

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:

1) Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Framework Agreement. As further described in the PQP, Applicants should note in particular that:

2) Option to extend duration of the Framework Agreement.

The Framework Agreement is being procured on the basis that it will be awarded with an initial term of 8 years although, to ensure flexibility and resilience: (i) HS2 Ltd reserves the right to extend the term of the Framework Agreement for up to a further 2 years to make a maximum possible term of 10 years. The justification for reserving the right to extend is that if there are delays to the HS2 programme, the extension may be required if the anticipated timing of the Call-Off Contracts to deliver the PEDs Scope cannot be achieved within the initial 8 year term; and

(ii) The Framework Agreement will provide that Call-Off Contracts awarded before expiry of the Framework Agreement can extend beyond the 8 (or extended 10) year term of the Framework Agreement.

3) See also II.1.4) Short description: for additional information on HS2 Ltd’s options in relation to Optional Scope.

Further information in relation to the Outline Scope, the Framework Agreement and HS2 Ltd’s options is included in the PQP.

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

Applicants are referred to VI.3) Additional information in this Contract Notice below.

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:

List and brief description of conditions:

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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.4) Objective rules and criteria for participation

description of rules and criteria:

Applicants are referred to the PQP and PQQ for information about HS2 Ltd’s rules and criteria for participation.

III.1.6) Deposits and guarantees required:

HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (including the grant of step-in rights to Subcontracts) and other forms of security as appropriate to be specified in the procurement documents to be made available at ITT stage. Applicants are referred to the PQP 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 mechanisms for Call-Off Contracts will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements in Call-Off Contracts will incorporate either NEC3 Engineering and Construction Contract (ECC) or NEC3 Engineering and Construction Subcontract (ECS) or NEC3 Professional Services Contract (PSC) terms. HS2 Ltd intends that there will be a set of core terms and three different pricing options depending on the nature of the Works Package and Call-Off Contract: Option A (Priced Contract with Activity Schedule); Option C (Target Price Contract with Activity Schedule); and Option E (Cost Reimbursable Contract). Applicants are referred to the PQP and accompanying procurement 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 PQQ 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.2.3) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 8 years: The Framework Agreement is being procured on the basis that it will be awarded with an initial term of 8 years with a right to extend the term for up to a further 2 years to make a maximum possible term of 10 years. The justification for reserving the right to extend is at II.2.11

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

Date: 05/09/2023

Local time: 12:00

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

Date: 26/02/2024

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: 10 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

1) Terms with an initial capital in this Contract Notice and the PQP are defined in the PQP Manual, Appendix 4 Glossary.

2) To express interest in the Framework Agreement, Applicants must submit a PQ Application on the HS2 eSourcing portal by the PQ Application Deadline.

3) An Applicant may be a single organisation or a Consortium. An Applicant may only submit one PQ Application. An economic operator may not apply as more than one Applicant, whether as a single Applicant or as a Party to one or more Consortia. See PQP (PQP Manual section 2).

4) Applicants must be registered on the HS2 eSourcing portal: https://hs2.bravosolution.co.uk. For assistance contact the BravoSolution helpdesk Monday to Friday (8:00-18:00) GMT: Email help_uk@jaggaer.com or Telephone +44 8000698630.

5) Section I.1 (Contracting Entity): This Contract Notice is published by HS2 Ltd on behalf of itself and any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to the Framework Agreement (Contracting Bodies).

6) Section II.2.3 (Place of performance): Works will be undertaken along the Phase One route at Old Oak Common and Interchange stations with Optional Scope at Manchester Airport(see Outline Scope)or other HS2 Phase 1 or Phase 2 station sites (see II.1.4) Short description for additional information on the Optional Scope and options for adding in additional sites along the HS2 route.

7) Section II.2.6) (Estimated value): Further information on the estimated value is included in the PQP (Further Package Particulars).

8) Section II.2.7) (Duration of the Framework Agreement): timescales in this Contract Notice are estimated based on the current HS2 programme but may be subject to change. See also II.2.11.

9) Section IV.1.1) (Type of procedure): HS2 Ltd is procuring the Framework Agreement using the negotiated procedure with prior call for competition (UCR 2016, reg. 47). As stated in the PQP (Applicant’s Guide), HS2 Ltd reserves the right not to conduct negotiations.

10) Section IV.1.3) (Information about a framework agreement): HS2 Ltd intends to award 1 place on the Framework Agreement as described in the PQP (Further Package Particulars). Applicants will be selected to proceed to ITT stage (and the place awarded on the Framework Agreement) based on the criteria and Minimum Standards described in the PQP and PQQ.

11) Call-Off Contracts under the Framework Agreement will be awarded as described in the PQP Heads of Terms.

12) 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 Framework Agreement or Call-Off Contract arising out of the procedure envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice. HS2 Ltd reserves the right to vary its requirements and the procedure envisaged in this Contract Notice. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in the PQP.

13) Applicants/Tenderers shall be solely responsible and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice.

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

24/07/2023

Coding

Commodity categories

ID Title Parent category
45234111 City railway construction work Construction work for railways and cable transport systems
71541000 Construction project management services Construction management services
71500000 Construction-related services Architectural, construction, engineering and inspection services
71521000 Construction-site supervision services Construction supervision services
34990000 Control, safety, signalling and light equipment Miscellaneous transport equipment and spare parts
34632300 Electrical installations for railways Railways traffic-control equipment
34632200 Electrical signalling equipment for railways Railways traffic-control equipment
71320000 Engineering design services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
45340000 Fencing, railing and safety equipment installation work Building installation work
45233292 Installation of safety equipment Construction, foundation and surface works for highways, roads
51000000 Installation services (except software) Other Services
45234110 Intercity railway works Construction work for railways and cable transport systems
45255120 Platforms facilities construction work Construction work for the oil and gas industry
45213322 Rail terminal building construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45234100 Railway construction works Construction work for railways and cable transport systems
34940000 Railway equipment Miscellaneous transport equipment and spare parts
34946000 Railway-track construction materials and supplies Railway equipment
50000000 Repair and maintenance services Other Services
50220000 Repair, maintenance and associated services related to railways and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
35113300 Safety installations Safety equipment
72254100 Systems testing services Software testing
45200000 Works for complete or part construction and civil engineering work Construction work

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.