Periodic indicative notice – utilities
This notice is a periodic indicative notice only
Section I: Contracting
entity
I.1) Name and addresses
HS2
High Speed Two (HS2) Ltd, Two Snowhill, Queensway
Birmingham
B4 6GA
UK
Contact person: Michelle Brankovic
E-mail: michelle.brankovic@hs2.org.uk
NUTS: UK
Internet address(es)
Main address: www.hs2.org.uk
I.3) Communication
Additional information can be obtained from the abovementioned address
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Infrastructure Management Readiness Framework
Reference number: Project_2674
II.1.2) Main CPV code
98112000
II.1.3) Type of contract
Services
II.1.4) Short description
HS2 Ltd is intending to procure a contract for the provision of its Infrastructure Management Readiness Framework to support the internal HS2 Ltd resource in delivering the requirements outlined in the Market Sounding Briefing, prior to the opening of the railway. The aim is that that these external resources will support HS2 Ltd’s growing team, and assist HS2 Ltd’s Infrastructure Management team to:
Get ready for handover into live operations;
Safeguard the transition from Project into Operation; and
Ensure they are supported during the first and second year of Operations and normal running.
The purpose of this Periodic Indicative Notice ('PIN') is to invite potential suppliers to participate in market engagement and provide feedback on HS2 Ltd’s current approach which will inform the proposed procurement and contracting strategy.
Further information and how potential suppliers can participate in HS2 Ltd’s market engagement exercise are set out in II.2.4) and II.2.14) and VI.3) sections below.
HS2 Ltd anticipates publishing a Contract Notice during 2023 to commence the procurement and this will be a separate Contract Notice with no linkage to this Prior Indicative Notice.
II.1.5) Estimated total value
Value excluding VAT:
35 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: All
II.2.2) Additional CPV code(s)
71311200
71356000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Within HS2 Ltd’s Infrastructure Directorate there are three “end- state entities”:
- Infrastructure Management (including Infrastructure Operations and Maintenance);
- Commercial Operations; and
- Commercial Development (including Station Operations, Maintenance and Retail).
All three end-state entities will use this framework, but the Infrastructure Management entity is expected to be the primary user. The other two entities have smaller requirements, associated with mobilisation through this decade and going into operations.
All services are to be provided for Phase One, Phase 2a and Phase 2b of the HS2 project.
Further details on the specific requirements by technical discipline can be found within the Market Sounding Briefing document which is linked within the SmartSurvey link provided in Section II.2.14) Additional information of this notice.
II.2.14) Additional information
The market engagement registration can be accessed via the online Smart Survey:
https://www.smartsurvey.co.uk/s/DNDUJ2/
If you wish to participate in the market engagement exercise, please submit a response via the above mentioned link by no later than 5th July 2023 at 12:00 (Noon).
II.3) Estimated date of publication of contract notice:
08/03/2024
Section IV: Procedure
IV.1) Description
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section VI: Complementary information
VI.3) Additional information
Proposed procurement and contracting approach.
HS2 Ltd are considering procuring a framework to provide support to the internal HS2 Ltd resource in delivering the requirements outlined below prior to the opening of the railway. The aim is that that these external resources will support HS2 Ltd’s growing team, and assist HS2 Ltd’s Infrastructure Management team to:
• Get ready for handover into live operations;
• Safeguard the transition from Project into Operation; and
• Ensure they are supported during the first and second year of Operations and normal running.
Within HS2 Ltd’s Infrastructure Directorate there are three “end- state entities”:
• Infrastructure Management (including Infrastructure Operations and
Maintenance);
• Commercial Operations;
• Commercial Development (including Station Operations, Maintenance and
Retail).
All services are to be provided for Phase One, Phase 2a and Phase 2b of the HS2 project.
HS2 Ltd are considering creating a framework agreement with associated call-off agreements issued as required but are open to considering alternative contracting approaches.
If a framework agreement plus associated call-off approach is adopted, there will be no guarantee, express or implied, that any appointed supplier will receive any or a particular volume or value of work under the resultant agreement.
Further details on the specific requirements by technical discipline can be found within the Market Sounding Briefing document which is linked within the SmartSurvey link provided in Section II.2.14) Additional information of this notice.
Conditions regarding this PIN:
1) This PIN is NOT a call for competition and is not published to reduce time limits for the receipt of tenders;
2) This procurement will be launched in due course by the publication of a Contract Notice not linked in any way to this PIN;
3) HS2 Ltd reserves the right not to commence any procurement or award any contract in respect of this opportunity;
4) The information contained in this PIN may be subject to change due to the impact of governance, assurance, regulatory changes and/or the market engagement outcomes. Insofar as is permitted by law, HS2 Ltd shall not be liable for any losses incurred by any party as a result of reliance on the information contained/linked herein;
5) Failure to register an interest in connection with this PIN shall not prevent an organisation from participating in any formal call for competition.
VI.5) Date of dispatch of this notice
23/06/2023