HS2 Railway Systems Procurement
Railway Systems Procurement for Control, Command, Signalling and Traffic Management systems.
United Kingdom-Birmingham: Railway signalling works
2020/S 094-225813
Contract notice – utilities
Works
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
National registration number: 06791686
Postal address: High Speed Two (HS2) Ltd, Two Snowhill, Queensway
Town: Birmingham
NUTS code: UK
Postal code: B4 6GA
Country: United Kingdom
Contact person: HS2 Procurement
E-mail: scc@hs2.org.uk
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Railway Systems Procurement for Control, Command, Signalling and Traffic Management (CCS and TM) systems (Phases One, 2a and (in two cases) 2b of the HS2 Project)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The CCS and TM scope comprises (for a high speed railway):
— traffic management system (TMS),
— European Train Control System (ETCS) with all lineside equipment,
— signalling equipment including interlocking and train detection equipment,
— automatic train operation (ATO) Grade of Automation 2 over ETCS,
— possession management system,
— enterprise service bus,
— weather monitoring system and adhesion management system.
This includes without limitation the design, manufacture, supply, installation, supervision, inspection, safety authorisation, testing, commissioning and maintenance until handover to trial operations and ongoing technical support services of the CCS and TM Systems for Phase One, 2a and Euston Station Phase 2b alteration works. The TMS procured will need to have capacity to cover the entire HS2 route (i.e. Phases One, 2a and 2b) to enable HS2 Ltd to extend the use of the TMS into Phase 2b. HS2 Ltd reserves the right to omit and/or vary Phase 2a and 2b works at its discretion.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This package of work comprises the CCS and TM Systems along the entire Phase One and 2a route. The controller workstations and centrally located equipment cubicles will be located at the Network Integrated Control Centre (NICC) at Washwood Heath. Other equipment will be located along the route, in stations and at the interfaces with depots and Network Rail infrastructure. The CCS and TM Systems will have the following minimum requirements.
• The trackside ETCS will deliver level 2 functionality (without signals) with level 0 and level 1 functionality where required; ETCS will be provided on all open route, sidings, spurs, loops, tunnels and stations on HS2 infrastructure, but see also II.2.11) below.
• Automatic train operation (ATO) with Grade of Automation 2 will be available on all open route, sidings, spurs, loops, tunnels and stations on HS2 infrastructure and for the transition into Washwood Heath Rolling Stock Depot.
• The main TMS functionality will include as a minimum automatic train supervision and regulation including plan/replan functionality, automatic platform re-allocation, reconfigurable control areas, interfaces to third party stock and crew systems and interfaces to third party support tools for automatic incident management. The TMS will provide timetable and contingency plan management, conflict identification, conflict decision support. The TMS will provide outputs for real-time passenger information. In addition, the TMS procured will need to have capacity to cover the entire HS2 route (i.e. Phases One, 2a and 2b) to enable HS2 Ltd at its entire option to extend the use of the TMS into Phase 2b.
• The possession management system will permit the safe reservation/occupation of sections of the track for personnel and trains.
• The enterprise service bus will enable the NICC and other stakeholders’ systems to access and exchange common, real-time status information for all trains and HS2 assets.
• The weather monitoring system will provide information about humidity, wind, temperature, snow/ice and lightning on the HS2 infrastructure. Data shall be provided to the TMS and ATO system to indicate areas of low adhesion and where speed restrictions should be applied due to high winds.
Uninterruptible power supplies will be provided where necessary to meet the required reliability and availability of the CCS and TM systems.
All works to be undertaken under this procurement shall give due cognisance to and be compliant with the appropriate elements of the High Speed Rail (London — West Midlands) Act 2017.
During the invitation to tender (ITT) stage tenderers will be expected to provide a short demonstration to validate their technical submission.
The route will be handed over to the track system contractors by the Main Works Civils Contractors in stages following the completion of works under their contracts. The track installation will be staged based upon multiple testing areas. Initially, the track system contractor will have exclusive access to enable their installation to be completed. Access will then be granted to the other railway systems contractors including the CCS and TM Contractor.
The CCS and TM Contractor will mobilise to commence the works as each area becomes available. This presents a constraint that will be fully described in the ITT documentation.
It is proposed that HS2 Ltd will take on the role of client and principal designer. The CCS and TM Contractor may be required to act as principal contractor for certain stages of the NICC systems installation or for remote locations.
The employer will require the contractor to provide technical support services as part of a separate technical support contract. The technical support contract will be entered into at contract award but will only become effective upon successful completion of trial operations.
Full details of HS2 Ltd’s requirements will appear in the works information which forms part of the ITT.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Applicants are referred to the pre-qualification pack for information on HS2 Ltd’s criteria for selecting applicants to be invited to tender. HS2 Ltd expects to select four (4) applicants to tender, but reserves the right in its absolute discretion to select greater or fewer applicants to tender as set out in detail in the PQP documents.
II.2.10)Information about variants
II.2.11)Information about options
Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the procurement and/or require optional scope to be undertaken. In particular without limitation:
• the procurement will include Phase 2a of the project provided that HS2 Ltd reserves the right to omit and/or vary Phase 2a works at its discretion;
• the procurement will include Phase 2b works for TMS and Euston station provided that HS2 Ltd reserves the right to omit and/or vary Phase 2b works at its discretion;
• the successful contractor will be required to estimate the price and cost of implementing ETCS with hybrid Level 3 functionality once the technical standards and specifications for this functionality have been published by the European Rail Agency.
This estimate will be the whole life cost of implementation of hybrid level 3 functionality. If the whole life cost and benefits of level 3 functionality is more advantageous than level 2 functionality, HS2 Ltd will have a contractual right — not an obligation — to require the contractor to implement the ETCS system to hybrid level 3 functionality either in some or all areas of the HS2 route in accordance with the specification and subject to the budget set out in the cost benefit analysis.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Applicants are referred to the PQP documents for information about conditions for participation.
III.1.2)Economic and financial standing
Selection criteria as stated in the PQP documents.
III.1.3)Technical and professional ability
Selection criteria as stated in the PQP documents.
Applicants are referred to the PQP documents for information about HS2 Ltd’s requirements and minimum standards in relation to technical and professional ability for this procurement.
III.1.4)Objective rules and criteria for participation
Applicants are referred to the PQP documents for information about HS2 Ltd’s rules and criteria for participation in this procurement.
III.1.6)Deposits and guarantees required:
HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (potentially including the grant of step-in rights) and other forms of security as appropriate to be specified in the procurement documents to be made available at the invitation to tender stage. Applicants are referred to the PQP documents 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 mechanism will be described in the procurement documents to be made available at invitation to tender stage but it is expected that the form of contract governing these arrangements will be based on the NEC3 engineering and construction contract option C or other suitable pricing option, for the design and build element and the NEC3 term services contract for the technical support services. HS2 Ltd intends to introduce and promote collaborative working arrangements between itself and the other railway systems contractors through detailed provisions in the contract. HS2 Ltd intends to include key performance indicators to incentivise performance. Further details will appear in the invitation to tender. Applicants are referred to the PQP documents for relevant information available at this contract notice stage.
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 PQ 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.2.2)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
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
1) To express interest in this procurement, applicants must complete the pre-qualification questionnaire (PQQ) on the HS2 Ltd eSourcing Portal strictly in accordance with the submission deadline for PQ applications stated in the PQP documents (PQ Application Deadline).
2) An applicant may only submit one PQ application.
3) If an applicant is invited to tender following the PQQ stage, it is referred to as a tenderer.
4) Section II.2.6): the value set out in this section is estimated and based on 2020 prices.
5) Whilst 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 documents.
6) Section II.2.7) (Duration of the contract): timescales in this contract notice are estimated based on the current HS2 Ltd programme but may be subject to change. The end date of 2045 includes a 15-year technical support services term without two, 5-year extension options and so the final duration of the contract(s) may therefore differ depending on whether HS2 Ltd exercises the technical support extension options.
7) 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 procedures envisaged by this contract notice. No contractual rights express or implied arise out of this contract notice or the procedures envisaged by it. Any contract let by HS2 Ltd may provide that the scope or duration of the contract may be extended at HS2 Ltd’s discretion. HS2 Ltd reserves the right to vary its requirements and the procedure relating to the conduct of the award process. HS2 Ltd reserves the right to disqualify any applicants on terms set out in the PQP documents.
8) Applicants shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this contract notice and the PQP documents and with submitting any tender, howsoever incurred.
9) HS2 Ltd embraces diversity and welcomes PQ applications from all suitably skilled and experienced economic operators of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. HS2 Ltd will actively promote sustainable procurement throughout its supply chain and welcomes PQ applications from applicants committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly.
10) The dates set out in this notice are indicative and based on the current programme. HS2 Ltd reserves the right to amend and refine this timetable and full details will appear in the PQP documents and the procurement documents made available at the invitation to tender stage.
11) 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.
HS2 Ltd reserves the right to require the submission of any additional, supplemental or clarification information as it may, in its absolute discretion, consider appropriate.
12) Terms with an initial capital letter used in this contract notice, the PQP documents and the PQQ have the meanings given in this contract notice.
13) All applicants are required to express an interest by registering on the HS2 Ltd eSourcing Portal (www.hs2.bravosolution.co.uk). Registering is only required once.
14) Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the contract and/or require optional scope to be undertaken. Further information in relation to scope and the value of this procurement is included in the PQP documents.
VI.4.1)Review body
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
E-mail: royalcourtsofjustice.jc@citizensadvice.org.uk
Telephone: +44 2079476000Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.4.3)Review procedure
HS2 Ltd will incorporate a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract and the reasons for the award decision are communicated to tenderers.
VI.5)Date of dispatch of this notice: