HS2 Phase One Engineering Delivery Partner
High Speed Two (HS2) Limited is seeking an Engineering Delivery Partner to support the development of the anticipated next stages of Phase One of the High Speed Two project.
United Kingdom-London: Consultative engineering and construction services
2015/S 053-093313
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
HS2
High Speed Two (HS2) Ltd, 18th Floor, One Canada Square
For the attention of: Jasmin Banks-Lee
E14 5AB London
UNITED KINGDOM
Telephone: +44 2079446876
E-mail: hs2procurement@hs2.org.uk
Internet address(es):
General address of the contracting entity: http://www.hs2.org.uk/
Electronic access to information: http://www.hs2.bravosolution.co.uk/
Electronic submission of tenders and requests to participate: http://www.hs2.bravosolution.co.uk/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: UK — London.
NUTS code UK,UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s):
HS2 Ltd was established by the Government in January 2009 to develop proposals for a new high speed rail line between London and the West Midlands, and to consider the case for high speed rail services linking London, northern England and Scotland. HS2 Ltd is wholly owned by the Department for Transport (DfT). The proposed HS2 project is being taken forward in 2 phases. Phase 1 will run from London Euston to a new station for Birmingham at Curzon Street. Phase 2 will extend high speed lines to Manchester and Leeds. Phase 1 is due to open to passengers in 2026 and Phase 2 in 2033.
The Parliamentary procedures required to deliver Phase 1 are well underway. The High Speed Rail (London-West Midlands) Bill deposited in November 2013 seeks powers to build, maintain and operate Phase 1 of the railway. It is expected that Royal Assent to the Bill will be achieved by December 2016.
Prior to Royal Assent HS2 Ltd need to make appropriate preparations for the implementation stage of Phase One to allow it to achieve the commencement of Phase One services in 2026. As such, HS2 Ltd requires an EDP to provide support in continuing the development and implementation of the Phase 1 project.
Subject to Royal Assent being obtained the next stages of the project following appointment of the EDP will involve the appointment of separate Early Contractor Involvement (ECI) contracts to produce the detailed design and to undertake construction which will require EDP support.
The Phase 1 EDP would support HS2 Ltd in the management and coordination of engineering and environmental design development by separate design organisations, and support the management of the programme of ECI delivery contracts. The main activities are described in more detail in the pre-qualification pack.
HS2 Ltd’s requirements envisage Railway Systems support (as defined in the pre-qualification pack) being included in the scope of the Phase One EDP services. HS2 Ltd however reserves the right at its sole discretion to exclude such Railway Systems related services and to appoint a separate Engineering Development Partner to deliver them.
Whilst it is intended that Railway Systems be included in the scope of the EDP, HS2 Ltd is also inviting bidders to submit a PQQ where they have no Railway Systems capability as Railway Systems may be excluded from the EDP scope if upon receipt and evaluation of PQQ’s sufficient experience and capability is not adequately demonstrated by Applicants. In this scenario, HS2 will procure a separate Railway Systems consultant and this procurement will continue as per the original scope of services but excluding any Railway Systems related services.
Refer to the pre-qualification pack which is available upon request from HS2 for details of the Phase One Engineering Delivery Partner services. Details of how HS2 Ltd will determine this decision is provided in Appendix C Evaluation Criteria.
II.1.6)Common procurement vocabulary (CPV)
71310000, 79411000, 71311100, 71311230, 71311000, 71311300, 71313400
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: Between GBP 250 000 000 and GBP 350 000 000.
Estimated value excluding VAT
Range: between 250 000 000 and 350 000 000 GBP
II.2.2)Information about options
Description of these options: The contract will include the option to extend the contract duration if necessary to provide additional services of a similar nature until the full opening of the HS2 Phase 1 railway services to the public and completion of associated activities.
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
Description of particular conditions: Refer to the pre-qualification pack.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
Given the proposed term of the contract and the nature and complexity of the HS2 project, interested parties will note the contract includes the option for any appointed Engineering Delivery Partner to undertake additional services linked to support of HS2 Ltd’s implementation of Phase One as permitted under relevant procurement legislation.
Notwithstanding this procurement is being undertaken via the negotiated procedure, HS2 Ltd reserve the right to Award without a negotiation stage.
The expected duration of this contract is 120 months from the award of the contract, subject to satisfactory performance demonstrated at review points with the option for HS2 Ltd to extend to close out of the project which is expected to be an additional 24 months.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: