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

HV Power System for Phase 1 and 2a of the HS2 Project

  • Cyhoeddwyd gyntaf: 11 Awst 2020
  • Wedi'i addasu ddiwethaf: 11 Awst 2020

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:
Cyhoeddwyd gan:
HS2
ID Awudurdod:
AA77354
Dyddiad cyhoeddi:
11 Awst 2020
Dyddiad Cau:
05 Hydref 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This Railway Systems High Voltage (HV) Power Systems package of work comprises:

• design, build, testing and commissioning of the High Voltage (HV) traction power systems, non-traction power systems and Low Voltage Distribution Network Operators (LV-DNO) for Phase 1 and Phase 2a of the HS2 Project (together the ‘High Voltage (HV) Power Systems’), and

• ongoing maintenance activities in connection with the High Voltage (HV) Power Systems.

The HV Traction Power Systems include a high speed traction power electrification system which will be a -25-0-25kV Autotransformer system with a nominal fault current level of 15 kA. The system will be designed by the contractor to supply the appropriate amount of traction current into the electrification system to enable the railway operator to run its specified train timetable. Full details of HS2 Ltd’s requirements will appear in the Works Information to be issued at ITT stage.

The non-traction power systems shall feed all necessary railways systems facilities in tunnels and open route at the appropriate voltage level, power demand and system availability. The non-traction power systems will be a distributed HV ring network within the tunnels whilst open route power connections shall be taken from the local DNO infrastructure at an appropriate voltage. The system design voltages are planned to be either 33 kV or 11 kV distributed through the tunnels to enable the supplies to the LV tunnel services.

Railway Systems High Voltage (HV) Power Systems contractor will be the PC for the railway systems compounds LV- DNO supply includes some of the DNO connections along the line (open route) to the LV open route services.

The Railway Systems High Voltage (HV) Power Systems Contractor will be required to supply traction and non traction power to the HS2 rolling-stock maintenance depot at Washwood Heath (Birmingham). This will include interfacing with the Network Integrated Control Centre (NICC).

The HV Power Systems Contractor will be required to provide temporary supplies for construction use at its Railway Systems Compounds (RSC) where it is principal contractor, this may involve adopting the temporary supplies previously provided by MWCC.

HS2 Ltd will provide applicants with an employer’s design (where requirements are mandated) supported by a reference design in order that the applicant can develop a target price. Minimal amounts of design expected to be undertaken by the applicant at tender stage. For example, HS2 Ltd will specify the Major Feeding Diagram (MFD) for the Traction Power System (TPS), the feeding arrangement, sectioning, location and the type of the sites (ATS, ATFS, MPATS) are mandated. The electrical configuration and layout of these sites are part of the reference design and the successful contractor will determine the eventual plant and equipment and how this will be designed and configured within the Client’s constraints/requirements/specifications. The applicant will be responsible for producing an integrated design, procurement, installation, testing, commissioning and hand over of the TPS.

This procurement shall also contain a maintenance contract pursuant to which the contractor shall provide maintenance services in relation to the completed works. HS2 Ltd intends that the full details will appear in the Invitation to Tender at ITT stage, but the maintenance contract (for both Phases 1 and 2a) will continue for an initial term of 7 years (or until Phase 2 comes into operation), running from the first sectional completion of the works under the design and build contract with an option to extend.

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

HS2

06791686

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

Birmingham

B4 6GA

UK

Person cyswllt: HS2 Procurement

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

HV Power System for Phase 1 and 2a of the HS2 Project

II.1.2) Prif god CPV

45230000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

This procurement relates to a single package of work for High Voltage (HV) Power Systems for Phase 1 and Phase 2a of the Project. The scope of work for the design, build, testing and commissioning includes without limitation the specification, design, procurement, supply of materials, procurement of Distribution Network Operators (DNO) connections, installation, factory and site testing, commissioning, training, spares provision, any caretaking or maintenance requirements prior to completion, consents, interfacing with HS2 Ltd’s other contractors and stakeholders, interface with National Grid, and provision of all required hand-over documentation of a fully commissioned HV Power System. The scope of work for maintenance includes some or all of the ongoing maintenance of the completed works.

Please note that HS2 Ltd reserves the right in its absolute discretion to omit any work, including work related to Phase 2a and further details of this right will appear in the ITT documentation.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 523 000 000.00 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

31170000

31174000

31214000

31321300

31682540

34632300

34940000

42961200

45234100

45310000

45315400

45317200

45317300

50200000

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

This Railway Systems High Voltage (HV) Power Systems package of work comprises:

• design, build, testing and commissioning of the High Voltage (HV) traction power systems, non-traction power systems and Low Voltage Distribution Network Operators (LV-DNO) for Phase 1 and Phase 2a of the HS2 Project (together the ‘High Voltage (HV) Power Systems’), and

• ongoing maintenance activities in connection with the High Voltage (HV) Power Systems.

The HV Traction Power Systems include a high speed traction power electrification system which will be a -25-0-25kV Autotransformer system with a nominal fault current level of 15 kA. The system will be designed by the contractor to supply the appropriate amount of traction current into the electrification system to enable the railway operator to run its specified train timetable. Full details of HS2 Ltd’s requirements will appear in the Works Information to be issued at ITT stage.

The non-traction power systems shall feed all necessary railways systems facilities in tunnels and open route at the appropriate voltage level, power demand and system availability. The non-traction power systems will be a distributed HV ring network within the tunnels whilst open route power connections shall be taken from the local DNO infrastructure at an appropriate voltage. The system design voltages are planned to be either 33 kV or 11 kV distributed through the tunnels to enable the supplies to the LV tunnel services.

Railway Systems High Voltage (HV) Power Systems contractor will be the PC for the railway systems compounds LV- DNO supply includes some of the DNO connections along the line (open route) to the LV open route services.

The Railway Systems High Voltage (HV) Power Systems Contractor will be required to supply traction and non traction power to the HS2 rolling-stock maintenance depot at Washwood Heath (Birmingham). This will include interfacing with the Network Integrated Control Centre (NICC).

The HV Power Systems Contractor will be required to provide temporary supplies for construction use at its Railway Systems Compounds (RSC) where it is principal contractor, this may involve adopting the temporary supplies previously provided by MWCC.

HS2 Ltd will provide applicants with an employer’s design (where requirements are mandated) supported by a reference design in order that the applicant can develop a target price. Minimal amounts of design expected to be undertaken by the applicant at tender stage. For example, HS2 Ltd will specify the Major Feeding Diagram (MFD) for the Traction Power System (TPS), the feeding arrangement, sectioning, location and the type of the sites (ATS, ATFS, MPATS) are mandated. The electrical configuration and layout of these sites are part of the reference design and the successful contractor will determine the eventual plant and equipment and how this will be designed and configured within the Client’s constraints/requirements/specifications. The applicant will be responsible for producing an integrated design, procurement, installation, testing, commissioning and hand over of the TPS.

This procurement shall also contain a maintenance contract pursuant to which the contractor shall provide maintenance services in relation to the completed works. HS2 Ltd intends that the full details will appear in the Invitation to Tender at ITT stage, but the maintenance contract (for both Phases 1 and 2a) will continue for an initial term of 7 years (or until Phase 2 comes into operation), running from the first sectional completion of the works under the design and build contract with an option to extend.

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: 523 000 000.00 GBP

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

Dechrau: 18/08/2022

Diwedd: 31/08/2047

Gall y contract hwn gael ei adnewyddu: Na

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

Y nifer o gyfranogwyr a ragwelir: 4

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

Applicants are referred to the PQP 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) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

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

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 Documents for information about conditions for participation.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Selection criteria as stated in the PQP Documents.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Selection criteria as stated in the PQP Documents.


Lefel(au) gofynnol y safonau sydd eu hangen:

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) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan

Applicants are referred to the PQP Documents for information about HS2 Ltd’s rules and criteria for participation in this procurement.

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

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) 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 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 Maintenance Services Contract. 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) 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 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) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Applicants are referred to the PQP documents for details.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

negodi gyda galwad am gystadleuaeth

IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog

Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi

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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2016/S 207-374948

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

Dyddiad: 05/10/2020

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: 07/05/2021

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: 24  (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.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

1) To express interest in this procurement, 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. HS2 Ltd reserves the right to reject any PQ Application or tender that is not submitted in full before the relevant submission deadline.

2) An applicant may be a single organisation or a consortium, as detailed in Section 2 of the PQP manual;

3) An applicant may only submit one PQ Application.

4 If an applicant is invited to tender following the PQP stage, it is referred to as a tenderer.

5 Section II.2.5: the value set out in this section is estimated and based (on Q2 2020 prices subject to confirmation) and includes the full value for Phase 1, 2a design and Build stage, as well as an initial maintenance contract for 7 years running from the first sectional completion of the works under the design and build contract(s). It also includes the values for the optional 5 year extension, followed by a further optional 5-year extension of the maintenance contract.

6) 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.

7) 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 2047 is the latest possible end date of work under the contract(s) (excluding any defects periods).

8) 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;

9) 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;

10) 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 economic operators committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly;

11) 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.

12) 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.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

Ffôn: +44 2079476000

E-bost: royalcourtsofjustice.jc@citizensadvice.org.uk

Cyfeiriad(au) rhyngrwyd

URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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) Dyddiad anfon yr hysbysiad hwn

06/08/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
31321300 Cebl foltedd uchel Llinellau pwer trydan
31682540 Cyfarpar is-orsaf Cyflenwadau trydan
34940000 Cyfarpar rheilffordd Cyfarpar a chydrannau sbâr amrywiol ar gyfer cludiant
45230000 Gwaith adeiladu ar gyfer piblinellau, llinellau cyfathrebu a llinellau pwer, ar gyfer priffyrdd, ffyrdd, meysydd glanio a rheilffyrdd; gwaith ar y gwastad Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45234100 Gwaith adeiladu rheilffyrdd Gwaith adeiladu ar gyfer rheilffyrdd a systemau cludiant ceblau
45315400 Gwaith gosod foltedd uchel Gwaith gosod trydanol ar gyfer cyfarpar gwresogi a chyfarpar adeiladu trydanol arall
45310000 Gwaith gosod trydanol Gwaith gosod ar gyfer adeiladau
45317300 Gwaith gosod trydanol ar gyfer cyfarpar dosbarthu trydanol Math arall o waith gosod trydanol
45317200 Gwaith gosod trydanol ar gyfer newidyddion Math arall o waith gosod trydanol
34632300 Gwaith gosod trydanol ar gyfer rheilffyrdd Cyfarpar rheoli traffig rheilffyrdd
50200000 Gwasanaethau atgyweirio, cynnal a chadw a gwasanaethau cysylltiedig mewn perthynas ag awyrennau, rheilffyrdd, ffyrdd a chyfarpar morol Gwasanaethau atgyweirio a chynnal a chadw
71320000 Gwasanaethau dylunio peirianneg Gwasanaethau peirianneg
31170000 Newidyddion Moduron, generaduron a newidyddion trydan
31174000 Newidyddion cyflenwad pwer Newidyddion
31214000 Offer switshys Cyfarpar trydanol ar gyfer switsio neu ddiogelu cylchedau trydanol
42961200 Scada neu system gyfatebol System gorchymyn a rheoli

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.