High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Low Voltage Power Components

A Tender Notice
by HS2

Source
Find a Tender
Type
Framework (Goods)
Duration
10 year
Value
£66M
Sector
INDUSTRIAL
Published
04 Oct 2021
Delivery
05 Dec 2022 to 05 Dec 2032
Deadline
22 Nov 2021 12:00

Concepts

Location

West Midlands England: UK

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

This procurement is to establish a single supplier Framework Agreement under which there will be Call-Offs for the supply, installation, testing, commissioning, and maintenance of Uninterruptible Power Supply components & Central Battery Systems primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange (Base Scope). These Uninterruptible Power Supply components & Central Battery Systems may also be required and called off under the Framework Agreement as Optional Scope at other sites (see VI.3 below). The Framework Agreement is being established for use by the Phase One Station Contractors (Supply and Installation Call-Off Contract), HS2 Ltd and/or an appointed Infrastructure Manager, if applicable (Maintenance Call-Off Contract) and for use by other Contracting Bodies defined in VI.3 below (both Supply and Installation, and Maintenance Call-Off Contracts).

Total Quantity or Scope

This procurement is to establish a single supplier Framework Agreement under which there will be Call-Offs for the supply, installation, testing, commissioning, and maintenance of Uninterruptable Power Supply & Central Battery Systems, primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. These Uninterruptible Power Supply & Central Battery Systems may also be required and called off under the Framework Agreement as Optional Scope at other sites (see VI.3 below). The Framework Agreement is being established for use by the Phase One Station Contractors (Supply and Installation Call-Off Contract), HS2 Ltd and/or an appointed Infrastructure Manager, if applicable (Maintenance Call-Off Contract) and for use by other Contracting Bodies defined in VI.3 below (both Supply and Installation, and Maintenance Call Off Contracts). Further information on the procurement and on the scope (both Base and Optional), Contracting Bodies and anticipated timing and value of Call-Off Contracts is included in the PQP documents (including Heads of Terms and Outline Scope documents). Additional information: Applicants are referred to VI.3) Additional information in this Contract Notice below.

Renewal Options

HS2 Ltd reserves the right to omit and/or vary the scope. As further described in the PQP documents and in the accompanying Outline Scope document, Applicants should note in particular that the scope may include optional projects as described in II.2.11)1) below: 1) Other Contracting Bodies, as described in VI.3) part 6) (at their sole and absolute discretion) can enter a Supply and Installation Call-Off Contract and a Maintenance Call-Off Contract with the successful Tenderer. The prices submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking the Optional Project. 2) Option to extend the term of the Framework Agreement The term of the Framework Agreement will be for an initial term of eight years although HS2 Ltd reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of ten years. HS2 Ltd reserves the right to extend the term of the Framework Agreement from eight to ten years if one or more Station Contracts is delayed so that the anticipated timing of the Call-Offs set out in the Outline Scope document cannot be achieved within the initial eight-year term. The justification for any such extension beyond the initial eight-year term of the Framework Agreement is to ensure that HS2 Ltd can use the Framework Agreement to achieve the Stations Common Components strategy notwithstanding a delay to the Station Contracts.

CPV Codes

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 30214000 - Workstations
  • 31500000 - Lighting equipment and electric lamps
  • 31520000 - Lamps and light fittings

Indicators

  • An E-Auction may be used.
  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are not available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 1. Terms with an initial capital letter used in this Contract Notice, the PQP and the PQQ have the meanings given in PQP Manual, Appendix 4 (Glossary of Term) 2. To express interest in the Framework Agreement, Applicants must complete the PQQ on the HS2 eSourcing portal strictly in accordance with the submission deadline for PQ Applications stated in the PQP (PQ Application deadline). Please note that the PQ Application deadline is a precise time and Applicants should allow sufficient time to upload their PQ Applications. 3. An Applicant may be a single organization or a Consortium. An Applicant may only submit one PQQ Application. A particular economic operator may not apply as more than one Applicant, whether as a single Applicant or as a Party to one or more consortia. Applicants should note that this restriction does not apply to Subcontractors. 4. All Applicants are required to express an interest by registering on the HS2 eSourcing (https://hs2.bravosolution.co.uk). Registering is only required once. 5. For further assistance contact the BravoSolution helpdesk which is available Monday to Friday (8:00 -18:00) GMT on: Email - help_uk@jaggaer.com or Telephone +44 800 069 8630. 6. Contracting Entity: This Contract Notice is published by HS2 Ltd on behalf of itself and these Contracting Bodies: • HS2 Ltd (including any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to this Framework Agreement; • The Infrastructure Manager; • Phase One Station Contractors; • Automated People Mover (APM) Contractor; • Rail Systems Contractors; • Tunnel and Lineside Mechanical & Electrical (M&E) Systems; • Phase One Main Works Civil Contracts (MWCC); • Washwood Heath (WWH)Rolling Stock Maintenance Depot (RSMD); • Calvert Infrastructure Maintenance Depot (IMD); •The National Integrated Control Centre (NICC); •Systems Integration Facility (SIF); •Any other body as may assume delivery and/or ownership responsibilities in respect of the assets covered by this Framework Agreement; •The future operator(s) of any one or more of the Phase One Stations. Further information on the Contracting Bodies is included in the PQP documentation. 7. II.1.3 Type of contract: this is a mixed procurement. The scope of the Framework Agreement includes works, services and supplies. 8. II.2.3 Place of performance: Unit components are to be installed at Phase One Stations and potentially other HS2 sites (see PQP Outline Scope document for more information). 9. II1.5 Estimated total value, II.2.6 Estimated value: the given values include the estimated total of the Base Scope and any Optional Scope (see PQP documents for more information). Further information on the values and HS2 Ltd's assumptions is included in the Further Package Particulars document. 10. II.2.7 Duration of the Framework Agreement: the Framework Agreement is for an initial term of 8 years (96 months) with an option to extend for up to a further 2 years (24 months) (see II.2.11 above). Further information on anticipated timing of Call-Off Contracts is included in the PQP documents (Outline Scope). 11. II.2.10 Information about variants: HS2 Ltd will not accept variants at the ITT stage. 12. IV.1.1 Type of procedure: HS2 Ltd is procuring the Framework Agreement in accordance with the negotiated procedure with prior call for competition pursuant to UCR 2016, reg. 47. As stated in the PQP documents, HS2 Ltd reserves the right not to conduct negotiations with Tenderers. 13. Candidates and Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this PQP and any subsequent Invitation, howsoever incurred.

Reference

Domains