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
E-mail: Amarjit.Rupal@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
High Speed Two (HS2) Ltd, Train Dispatch System Contracts
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The train dispatch system (TDS) is a novel combination of platform CCTV and safety software with a bespoke user interface. TDS is a network of cameras linked to central control rooms that will monitor the 400 - metre long platforms to ensure that passengers have safely entered the trains before the signal is given to close the doors and leave the station. The train dispatch system will be built into each of the new stations on the HS2 Project. The value of the contracts is estimated to be £58m for Phase 1 and up to £84m when including Phase 2b and Gap Detection. Further information is shown in the Further Package Particulars.
II.1.5) Estimated total value
Value excluding VAT:
84 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32000000
32235000
32323500
34632000
34632200
34632300
34940000
34942000
35120000
42961400
45234100
45234115
45314300
48140000
48150000
48151000
50200000
51100000
63711000
71320000
71334000
72212140
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
As describes in the PQP Outline Scope
II.2.4) Description of the procurement
This notice relates to the procurement of the Train Dispatch System (TDS) across High Speed Two (HS2) Limited’s (HS2) Phase One stations, to be constructed at London Euston, Old Oak Common, Birmingham and Interchange and HS2’s Phase 2b stations at Manchester Airport and Manchester Piccadilly.
The contract scope will be split into stages. The initial stage of works will comprise of Old Oak Common, Birmingham and Interchange stations. Scope for work at London Euston, Manchester Airport and Manchester Piccadilly is subject to the issue by HS2 Ltd of notices to proceed. Additionally, the Parliamentary process applicable to Phase 2b is still to be concluded and is subject to achieving Royal Assent.
There is optional scope for the inclusion of Gap Monitoring across all stations.
HS2 will enter into two contracts simultaneously:
(i) A Design and Build Contract for the design, software development, prototyping, factory testing, integration testing, installation, static and dynamic testing and commissioning of the TDS.
(ii) A Technical Support Contract to undertake technical support, install system upgrades, and undertake asset inspection or maintenance of each section after Completion under the Design and Build Contract.
Further information on the Contracts is included in the Pre-Qualification Pack made available on the HS2 eSourcing portal noted above (PQP).
HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts.
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:
84 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 240
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:
Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts.
The requirements with respect to the optional element of scope noted above (Gap Monitoring) are not yet sufficiently defined and therefore have not been included in the scope at contract award, but will be detailed as optional scope in the contractual documentation.
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 for information about conditions for participation.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
List and brief description of selection criteria:
Applicants are referred to the PQP 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:
List and brief description of selection criteria:
Applicants are referred to the PQP 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
List and brief description of rules and criteria:
Applicants are referred to the PQP 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 the Contracts will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements in the Contracts will incorporate, in the Design and Build Contract, NEC3 Engineering and Construction Contract (ECC) Option C and in the Technical Services Contract NEC3 Term Service Contract (TSC) Option A and Option E. HS2 Ltd reserves the right to use an alternative pricing option for the Contracts, which if applicable will be specified in the ITT.
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.2.2) Contract performance conditions
Applicants are referred to the PQP Documents for details.
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.1.4) 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:
14/11/2023
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
18/03/2024
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: 12 (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 this procurement, 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) While these contracts are categorised as Works contracts for the purposes of this Notice, their scope also contains significant elements of supplies and services as set out in the PQP.
6) 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 Contracts (Contracting Bodies).
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 Contracts): 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 Contracts 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) 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 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 for the award of the Contracts envisaged in this Contract Notice. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in the PQP.
11) 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.
12) Applicants must allow sufficient time for uploading their full PQ Applications and tenders. HS2 Ltd reserves the right to reject any PQ Application or tender that is not submitted in full before the relevant submission deadline.
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
03/10/2023