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

Tunnel and Lineside Mechanical and Electrical Systems for Phase One and Phase 2a of the HS2 Project

  • Cyhoeddwyd gyntaf: 30 Mehefin 2020
  • Wedi'i addasu ddiwethaf: 30 Mehefin 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:
30 Mehefin 2020
Dyddiad Cau:
10 Awst 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Tunnel and Lineside Mechanical and Electrical (M&E) Systems Contractor will be responsible for design, supply, manufacture, installation, testing, commissioning and maintenance until handover of the Phase One and Phase 2a M&E systems in open route and tunnels, including tunnel shafts and cross-passages.

The scope of this procurement comprises a number of separate and distinct systems, which are categories under the mechanical and electrical discipline listed below:

1) Tunnel ventilation system — the purpose of the tunnel ventilation system is to provide a tenable environment within the tunnels (approximately 50 km of tunnels). This will include the delivery of the tunnel ventilation system using predominantly large axial fans in shafts (within long tunnels) and jet fans in the shorter tunnels.

2) M&E Subsystems — The purpose of the M&E subsystems is to provide some of the rail systems with power supplies and monitoring. The M&E systems include active and passive fire safety provisions within tunnels, tunnel cross passage doors (approximately 300 No) and associated system in bored and cut and cover tunnels, tunnel lighting, low voltage (LV) distribution, longitudinal handrails in tunnels, tunnel supervisory control and data acquisition (SCADA) systems and remote monitoring of equipment in shafts and key equipment in the wayside, passive provision for heating, ventilation and air conditioning, points heating and junction lighting. The overall length of open route is approximately 175 km.

Further details of the scope of this procurement are provided in the PQP and further detailed requirements and responsibilities will be set out in the invitation to tender (ITT).

HS2 Ltd is in the process of procuring a contract for the design, supply and installation of cross-passage doors. The executed cross-passage door contract will appear in the ITT documents and there will be an obligation on the tunnel and lineside mechanical and electrical systems contractor to enter into agreement to novate the cross-passage door contract from HS2 Ltd once the tunnel and lineside mechanical and electrical systems contract is awarded.

The contractor will be required to work with HS2 Ltd to procure future maintenance or technical support from original equipment manufacturers and specialist suppliers.

The estimated total combined value is between GBP 415 000, 00.00 and GBP 498 000 000.00 for phase one and phase 2a. For phase one, between GBP 370 000 000.00 and GBP 438 000 000.00 and for phase 2a, between GBP 45 000 000.00 and GBP 60 000 000.00.

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

Ffôn: +44 2079446392

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 mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:

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

Tunnel and Lineside Mechanical and Electrical Systems for Phase One and Phase 2a of the HS2 Project

II.1.2) Prif god CPV

45200000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

This procurement relates to Tunnel and Lineside Mechanical and Electrical works for the HS2 Project and HS2 Ltd intends to award a contract for the design, manufacture, supply, installation, testing, commissioning and maintenance until handover of the Tunnel and Lineside Mechanical and Electrical (M&E) Systems works for Phase One and Phase 2a of the project.

Further information about the scope of works is set out in the remainder of this contract notice and in the pre-qualification pack (PQP). Expressions of interest are welcomed as set out in this contract notice and the PQP.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 498 000 000.00 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

31000000

31214000

31321300

32412100

32524000

32571000

34993100

39717100

45230000

45351000

51100000

71320000

71334000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The Tunnel and Lineside Mechanical and Electrical (M&E) Systems Contractor will be responsible for design, supply, manufacture, installation, testing, commissioning and maintenance until handover of the Phase One and Phase 2a M&E systems in open route and tunnels, including tunnel shafts and cross-passages.

The scope of this procurement comprises a number of separate and distinct systems, which are categories under the mechanical and electrical discipline listed below:

1) Tunnel ventilation system — the purpose of the tunnel ventilation system is to provide a tenable environment within the tunnels (approximately 50 km of tunnels). This will include the delivery of the tunnel ventilation system using predominantly large axial fans in shafts (within long tunnels) and jet fans in the shorter tunnels.

2) M&E Subsystems — The purpose of the M&E subsystems is to provide some of the rail systems with power supplies and monitoring. The M&E systems include active and passive fire safety provisions within tunnels, tunnel cross passage doors (approximately 300 No) and associated system in bored and cut and cover tunnels, tunnel lighting, low voltage (LV) distribution, longitudinal handrails in tunnels, tunnel supervisory control and data acquisition (SCADA) systems and remote monitoring of equipment in shafts and key equipment in the wayside, passive provision for heating, ventilation and air conditioning, points heating and junction lighting. The overall length of open route is approximately 175 km.

Further details of the scope of this procurement are provided in the PQP and further detailed requirements and responsibilities will be set out in the invitation to tender (ITT).

HS2 Ltd is in the process of procuring a contract for the design, supply and installation of cross-passage doors. The executed cross-passage door contract will appear in the ITT documents and there will be an obligation on the tunnel and lineside mechanical and electrical systems contractor to enter into agreement to novate the cross-passage door contract from HS2 Ltd once the tunnel and lineside mechanical and electrical systems contract is awarded.

The contractor will be required to work with HS2 Ltd to procure future maintenance or technical support from original equipment manufacturers and specialist suppliers.

The estimated total combined value is between GBP 415 000, 00.00 and GBP 498 000 000.00 for phase one and phase 2a. For phase one, between GBP 370 000 000.00 and GBP 438 000 000.00 and for phase 2a, between GBP 45 000 000.00 and GBP 60 000 000.00.

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: 498 000 000.00 GBP

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

Dechrau: 22/03/2022

Diwedd: 21/03/2032

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.

Tenderers will be required to price the omission of phase 2a works as an option.

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. Further details will appear in the invitation to tender. Applicants are referred to the PQP 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 but may require particular legal arrangements if awarded the contract. HS2 Ltd will consider contracting with an unincorporated 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: 10/08/2020

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: 01/03/2021

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: 18  (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 PQQ and other documents referred to in the PQP on the HS2 eSourcing Portal strictly in accordance with submission deadline for PQ applications stated in PQP (PQ Application Deadline). Please note the PQ Application Deadline is a precise time and applicants should allow sufficient time to upload their PQ Applications.

2) An applicant may be a single organisation or a consortium, as detailed in the PQP.

3) An applicant may only submit one PQ Application.

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

5) Whilst this contract is categorised as a works contract for purposes of this notice, its scope also contains significant elements of supplies and services as set out in procurement documents.

6) Section II.2.7): timescales in this contract notice are estimated based on current HS2 Ltd programme but may be subject to change.

7) A response to this contract notice does not guarantee 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 a contract arising out of the procedures envisaged by this contract notice. No contractual rights express or implied arise out of this contract notice or 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 PQP.

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, PQQ and 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 committed to principles of reducing, reusing and recycling resources and to 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 tender documentation.

11) HS2 Ltd reserves the right to reject any PQ Application or tender that is not submitted in full before the relevant submission deadline.

12) HS2 Ltd reserves the right to require submission of any additional, supplemental or clarification information as it may, in its absolute discretion, consider appropriate.

13) Access to PQP documentation will be conditional upon applicants confirming that they will comply with all corresponding confidentiality obligations applicable to this procurement — confirmation must be provided via the HS2 Ltd eSourcing Portal. Further information can be obtained at: https://hs2.bravosolution.co.uk In addition all Applicants will be required to complete and submit a signed confidentiality agreement as part of their PQ Application in order to access the ITT documents in the event that an applicant is shortlisted for the ITT stage.

14) Terms with an initial capital letter used in this contract notice, the PQP and the PQQ have the meanings given in PQP section I.3).

15) Applicants should be aware that HS2 Ltd reserves the right to omit work from and/or vary the scope of the contract (including without limitation to give this work to another party) and/or require optional scope to be undertaken.

16) Interested suppliers should read the applicants guide within the PQQ docs which is a quick start guide to becoming a railway systems supplier.

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

26/06/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
31321300 Cebl foltedd uchel Llinellau pwer trydan
39717100 Ffaniau Ffaniau a dyfeisiau aerdymheru
34993100 Goleuadau twnnel Goleuadau ffyrdd
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
45200000 Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil Gwaith adeiladu
45351000 Gwaith gosod peirianneg fecanyddol Gwaith gosod mecanyddol
71320000 Gwasanaethau dylunio peirianneg Gwasanaethau peirianneg
51100000 Gwasanaethau gosod cyfarpar trydanol a mecanyddol Gwasanaethau gosod (heblaw meddalwedd)
71334000 Gwasanaethau peirianneg fecanyddol a thrydanol Gwasanaethau peirianneg amrywiol
31214000 Offer switshys Cyfarpar trydanol ar gyfer switsio neu ddiogelu cylchedau trydanol
31000000 Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau Technoleg ac Offer
32412100 Rhwydwaith telathrebu Rhwydwaith cyfathrebu
32571000 Seilwaith cyfathrebu Cyfarpar cyfathrebu
32524000 System delathrebu Cebl a chyfarpar telathrebu

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.