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 Three
Telephone: +44 2070142700
E-mail: procurement@highspeed1.co.uk
NUTS: UKI31
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=34386&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=34386&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
Health, Safety, Security, Environmental and Sustainability Assurance Framework
Reference number: HS1/ENG/2020/056
II.1.2) Main CPV code
71317200
II.1.3) Type of contract
Services
II.1.4) Short description
Request for proposal for assurance (consultancy and audit) for health, safety, security, environmental and sustainability assurance.
II.1.5) Estimated total value
Value excluding VAT:
1 300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71313000
79710000
90710000
II.2.3) Place of performance
NUTS code:
UKI31
Main site or place of performance:
St Pancras.
II.2.4) Description of the procurement
Request for proposal for assurance (consultancy and audit) for health, safety, security, environmental and sustainability assurance.
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:
1 300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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
Restricted 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:
09/10/2020
Local time: 12:00
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
Tender must be valid until:
25/11/2020
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.5) Date of dispatch of this notice
27/08/2020