Contract notice – utilities
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=47193&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=47193&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
HS1 Works Framework
Reference number: HS1-ENG-2022-17
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.1.4) Short description
HS1 is seeing expressions of interests from qualified and experienced organisations for inclusion on the Works Framework for construction projects across its portfolio to support its future work bank across all business departments. The supplier will provide a wide range of skills, experience, and capabilities in successfully managing and executing programmes and projects across the entire lifecycle.
II.1.5) Estimated total value
Value excluding VAT:
25 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
45234100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
HS1 is looking for qualified and experienced organisations for inclusion on the Works Framework for construction projects across its portfolio to support its future work bank across all business departments. The supplier will provide a wide range of skills, experience, and capabilities in successfully managing and executing programmes and projects across the entire lifecycle
The overall value is anticipated at £25m for the duration of the Framework i.e.,5 years (+ one year + one year). The Works Framework will be available to accommodate all types of construction work from minor works to larger projects. Please note the first year of the Framework will cover smaller projects.
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:
25 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
10/10/2022
End:
09/10/2027
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:
No
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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
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 receipt of tenders or requests to participate
Date:
17/06/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
17/06/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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.4.4) Service from which information about the review procedure may be obtained
HS1 Ltd
90 York Way
London
N1 9AG
UK
VI.5) Date of dispatch of this notice
16/05/2022