Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for HS2 Customer Information & Signage

  • Cyhoeddwyd gyntaf: 14 Ebrill 2023
  • Wedi'i addasu ddiwethaf: 14 Ebrill 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03be69
Cyhoeddwyd gan:
HS2
ID Awudurdod:
AA77354
Dyddiad cyhoeddi:
14 Ebrill 2023
Dyddiad Cau:
15 Mehefin 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This procurement is to establish a single supplier Framework Agreement to prototype and supply Customer Information and Signage (CI&S) components, primarily for the four new Phase One Stations being built at Euston, Old Oak Common, Birmingham Curzon Street and Interchange.

CI&S includes the family of station elements that provide digital and fixed (non-digital) signage and customer information relating to way showing, train departures and arrivals information, customer assistance and emergency signage. These elements include the fixed signage, digital CIS screens and electronic assistance points products.

Further information on the procurement and on the Scope (Core and Optional Scope), Contracting Bodies and anticipated timing and value of Call-Off Contracts is included in the PQP and accompanying procurement documents. HS2 Ltd intends to limit the number of Tenderers invited to tender on the basis set out in PQP Further Package Particulars.

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

HS2

High Speed Two (HS2) Ltd, Two Snowhill, Queensway

Birmingham

B4 6GA

UK

E-bost: scc@hs2.org.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/government/organisations/high-speed-two-limited

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://hs2.bravosolution.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://hs2.bravosolution.co.uk


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.6) Prif weithgaredd

Gwasanaethau rheilffyrdd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for HS2 Customer Information & Signage

II.1.2) Prif god CPV

34928470

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

This procurement is to establish a single-supplier Framework Agreement for Customer Information & Signage (CI&S) for the family of station elements that provide digital and fixed (non-digital) signage and customer information relating to wayshowing, train departures and arrivals information, customer assistance and emergency signage. These elements will be designed and installed throughout the HS2 Phase One Stations to provide customer information in a clear and consistent way to enhance the safety and efficiency of millions of customer journeys and reflect the core values of the HS2 design vision across the entire network. The Framework Agreement is being established for use by HS2 Ltd and for use by the other Contracting Bodies defined in VI.3 below. Further information on the Framework Agreement and Call-Off Contracts to be called off under it is included in the PQP and accompanying procurement documents.

The vision for the CI&S products is for a family of integrated products combining typeface, graphics, and product design, with a focus on customer experience. The vision is to ensure that the products support the HS2 wayshowing strategy, contribute to the positive experience of customers, strengthen the identity of the HS2 Phase One Stations and provide passengers with a safe, stress free and accessible journey.

The CI&S components included in the scope of the Framework Agreement will comprise of the following:

• Fixed Signage,

• Digital CIS Screens,

• Assistance Points,

• Dynamic signage and Emergency Do Not Enter.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 24 302 895.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

31523000

31523200

34924000

34992000

44423400

72244000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK

II.2.4) Disgrifiad o’r caffaeliad

This procurement is to establish a single supplier Framework Agreement to prototype and supply Customer Information and Signage (CI&S) components, primarily for the four new Phase One Stations being built at Euston, Old Oak Common, Birmingham Curzon Street and Interchange.

CI&S includes the family of station elements that provide digital and fixed (non-digital) signage and customer information relating to way showing, train departures and arrivals information, customer assistance and emergency signage. These elements include the fixed signage, digital CIS screens and electronic assistance points products.

Further information on the procurement and on the Scope (Core and Optional Scope), Contracting Bodies and anticipated timing and value of Call-Off Contracts is included in the PQP and accompanying procurement documents. HS2 Ltd intends to limit the number of Tenderers invited to tender on the basis set out in PQP Further Package Particulars.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 24 302 895.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 120

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 4

Nifer uchaf a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

Applicants are referred to the PQP and PQQ for information on HS2 Ltd’s criteria for choosing Applicants to be invited to tender for the Framework Agreement. HS2 Ltd expects to select only the top 5 Applicants to tender for the Framework Agreement. However, HS2 Ltd reserves the right in its absolute discretion to increase or decrease this number in accordance with the PQP Manual (see section 1.7).

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

1) HS2 Ltd reserves the right to omit and/or vary the scope. As further described in the PQP documents and in the accompanying PQP Outline Scope document, Applicants should note in particular that the scope may include Optional Scope (as described in II.2.4).

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 PQP 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.

The Framework Agreement will provide that Call-Off Contracts awarded before expiry of the Framework Agreement can extend beyond the 8 (or extended 10) year term of the Framework Agreement.

Further information in relation to the Outline Scope, the Framework Agreement and HS2 Ltd’s options is included in the PQP.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Applicants are referred to VI.3) Additional information in this Contract Notice below.

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

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Applicants are referred to the PQP and PQQ for information about conditions for participation

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Applicants are referred to the PQP and PQQ for information about HS2 Ltd's requirements and minimum standards in relation to economic and financial standing.

Selection criteria as stated in the procurement documents


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Applicants are referred to the PQP and PQQ for information about HS2 Ltd's requirements and minimum standards in relation to economic and financial standing.

Selection criteria as stated in the procurement documents


III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan

Applicants are referred to the PQP and PQQ for information about HS2 Ltd's rules and criteria for participation.

III.1.6) Adneuon a gwarantau sy’n ofynnol:

HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (including the grant of step-in rights to Subcontracts) and other forms of security as appropriate to be specified in the procurement documents to be made available at ITT stage. Applicants are referred to the PQP for relevant information available at this Contract Notice stage.

III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:

The main financing conditions, payment mechanism, performance standards and incentive mechanisms for Call-Off Contracts will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements in Call-Off Contracts will incorporate NEC3 Professional Services Contract (PSC) Option E (time-based contract) intended for the delivery of the Prototyping services and NEC3 Supply Contract (SC) with an option to call off Engineering Services intended for the appointment of supply and optional installation services. Applicants are referred to the PQP and accompanying procurement documents for relevant information available at this Contract Notice stage.

III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:

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 PQQ 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 Framework Agreement.

III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

negodi gyda galwad am gystadleuaeth

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: The Framework Agreement is being procured on the basis that it will be awarded with an initial term of 8 years with a right to extend the term for up to a further 2 years to make a maximum possible term of 10 years. The justification for reserving the right to extend is at II.2.11

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 15/06/2023

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 13/12/2023

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 12  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

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 Terms).

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 organisation 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. See (PQP manual section 2)

4) Applicants must be registered on the HS2 eSourcing portal: https://hs2.bravosolution.co.uk. For assistance contact the BravoSolution helpdesk Monday to Friday (8:00-18:00) GMT: Email help_uk@jaggaer.com or Telephone +44 8000698630.

5) Contracting Entity: This Contract Notice is published by HS2 Ltd on behalf of itself and the following other entities who will be entitled and may use the Framework Agreement (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); and/or Phase One Station Contractors, including the future operator(s) of any one or more of the Phase One Stations.

6) II.1.3 Type of contract: HS2 Ltd intends to award one place on the Framework Agreement as described in the PQP (Further Package Particulars). Applicants will be selected to proceed to ITT stage (and the place awarded on the Framework Agreement) based on the criteria and Minimum Standards described in the PQP and PQQ. Call-Off Contracts under the Framework Agreement will be awarded as described in the PQP Heads of Terms.

7). II.2.3 Place of performance: Customer Information & Signage are to be installed at Phase One Stations (see PQP Outline Scope document for more information).

8). II1.5 Estimated total value, II.2.6 Estimated value: the given value includes the estimated total of the Core Scope and any Optional Scope (see PQP documents for more information). Further information on the values and HS2 Ltd's assumptions, if any, is included in the Further Package Particulars document.

9) II.2.7 Duration of the Framework Agreement: timescales in this Contract Notice are estimated based on the current HS2 programme but may be subject to change. See also II.2.11.Further information on anticipated timing of Call-Off Contracts is included in the PQP documents (Outline Scope).

10). II.2.10 Information about variants: HS2 Ltd will not accept variants at the ITT stage.

11) IV.1.1 Type of procedure: HS2 Ltd is procuring the Framework Agreement using the negotiated procedure with prior call for competition (UCR 2016, reg. 47). As stated in the PQP (Applicant’s Guide), HS2 Ltd reserves the right not to conduct negotiations.

12) Applicants/Tenderers shall be solely responsible and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice.

13) 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 Framework Agreement or Call-Off Contract arising out of the procedure envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice. HS2 Ltd reserves the right to vary its requirements and the procedure envisaged in this Contract Notice. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in the PQP.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

13/04/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34928470 Arwyddion Dodrefn ffordd
34924000 Arwyddion â negeseuon newidiol Cyfarpar ffordd
31523000 Arwyddion a phlatiau enw wedi’u goleuo Lampau a ffitiadau golau
34992000 Arwyddion ac arwyddion wedi’u goleuo Cyfarpar rheoli, diogelwch, arwyddo a golau
44423400 Arwyddion ac eitemau cysylltiedig Eitemau amrywiol
31523200 Arwyddion negeseuon parhaol Arwyddion a phlatiau enw wedi’u goleuo
72244000 Gwasanaethau prototeipio Gwasanaethau dadansoddi a rhaglenni systemau

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
scc@hs2.org.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.