High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Station Building Systems

A Utilities Contract Award Notice
by HIGH SPEED TWO (HS2) LIMITED (AND IN ADDITION THE CONTRACTING BODIES LISTED IN VI.3 BELOW)

Source
Find a Tender
Type
Framework (Supply)
Duration
10 year (est.)
Value
£47M
Sector
INDUSTRIAL
Published
01 Sep 2023
Delivery
To 31 Aug 2033 (est.)
Deadline
n/a

Concepts

Location

Birmingham

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

Description

This procurement is to establish a single supplier Framework Agreement for the design and supply of station building systems, including Fire Detection and Alarm System, Building Energy Management System, Lighting Control System, Public Address & Voice Alarm System, Customer Information System and Station Information Management System primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. These key station building systems may also be required and called off under the Framework Agreement as Optional Scope at other HS2 sites (see VI.3 below). The Framework Agreement is being established for use by HS2 Ltd (Professional Services Call-Off Contracts) and for use by the Phase One Station Contractors (Design and Supply Call-Off Contracts with Optional Scope for Engineering Services) and for use by the other Contracting Bodies defined in VI.3 below.

Total Quantity or Scope

This procurement is for the establishment of a single supplier Framework Agreement for the design and supply of six station building systems primarily for the new HS2 Phase One Stations to be constructed in London at Euston and Old Oak Common and in the Midlands at Birmingham Curzon Street and Interchange. The six station building systems include: • The Public Address / Voice Alarm (PAVA) system to enable the distribution of audible evacuation and operational information within the station. • The Fire Detection and Alarm System to detect fires and raise the alarm in the event of an emergency. • The Building Energy Management System (BEMS) to provide centralised monitoring of alarms, activities and maintenance prompts for systems throughout the station. • The Lighting Control System to provide the minimum safe illumination of the public and back of house areas for the station. • The Customer Information System (CIS) to enable delivery of information to customers and staff within the station. • The Station Information Management System (SIMS) to provide local operational control and management of all aspects associated with passenger information and security, station services, including all fixed Mechanical and Electrical (M&E) and emergency situations. The Framework Agreement will be used by HS2 Ltd (Professional Services Call-Off Contract for Systems Functional Specification, Reference Design and Demonstration) and used by the Phase One Station Contractors (Design and Supply Call-Off Contracts with an option to call off Engineering Services (Optional Scope) to undertake any of the installation, testing, commissioning, integration, bringing into service and other activities associated with the construction of the Station Specific Design) and will be used by the other Contracting Bodies defined in the included in the PQP documentation.

Award Detail

1 Siemens Mobility (London)
  • Framework Agreement for Station Building Systems
  • Reference: c1000-2789
  • Num offers: 2
  • Value: £47,000,000

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 Scope as described in II.2.11)2) and Optional Projects as described in II.2.11)1): 1) Optional Projects: If instructed by a Contracting Body, as described in VI.3) part 6) (at their sole and absolute discretion), a Design and Supply Call-Off Contract for an Optional Project will be entered into between the relevant Contracting Body and the successful Tenderer; the prices and fee percentage submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking such Optional Project. 2) Optional Scope for Engineering Services: a) The Framework Agreement includes Optional Scope for Engineering Services (installation, testing, commissioning, providing support for on-site integration, interim maintenance and training) that may be called off as part of a Design and Supply Call-Off Contract by the Phase One Station Contractors and other Contracting Bodies (in relation to an Optional Project). Station Contractors or other Contracting Bodies reserve the right to include the Optional Scope (in whole or in part) during the call-off process pursuant to the Framework Agreement. b) If instructed by Station Contractors or other Contracting Bodies at their sole and absolute discretion, such Optional Scope would be included in the relevant Design and Supply Call-Off Contract and the prices and fee percentage submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking such Optional Scope. 3) Option to extend the term of 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.

Award Criteria

Technical 60.0
Commercial 40.0

CPV Codes

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 30214000 - Workstations
  • 31500000 - Lighting equipment and electric lamps
  • 31520000 - Lamps and light fittings
  • 31625000 - Burglar and fire alarms
  • 35100000 - Emergency and security equipment
  • 48420000 - Facilities management software package and software package suite
  • 48800000 - Information systems and servers
  • 48813000 - Passenger information system
  • 48952000 - Public address systems
  • 71300000 - Engineering services
  • 71314200 - Energy-management services
  • 71320000 - Engineering design services
  • 71630000 - Technical inspection and testing services
  • 72254100 - Systems testing services
  • 79415200 - Design consultancy services

Indicators

  • Options are available.
  • Award on basis of price and quality.

Other Information

Applicants are referred to VI.3) additional information in this contract notice below. 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; • Washwood Heath (WWH), Rolling Stock Maintenance Depot (RSMD), the National Integrated Control Centre (NICC) and Calvert Infrastructure Maintenance Depot (IMD) Contractors; • Phase One Main Works Civil Contractors (MWCC); • Systems Integration Facility (SIF) Contractor; • 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.

Reference

Domains