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.

Dyfarnu Contract

£210,093,531

  • Cyhoeddwyd gyntaf: 25 Mawrth 2023
  • Wedi'i addasu ddiwethaf: 25 Mawrth 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-03b604
Cyhoeddwyd gan:
High Speed Two (HS2) Ltd
ID Awudurdod:
AA77186
Dyddiad cyhoeddi:
25 Mawrth 2023
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Procurement across Phase One, Phase 2a, with an option exercisable to include those for Phase 2b of the project and the maintenance depots for the design, manufacture, delivery and provision of technical support for Switches and Crossings (S&C), including associated Points Operating Equipment (POE), together with Rail Expansion Devices (REDs). This includes installation of the condition monitoring system and POE.

Selection Criteria: The S&C system must include units that are proven in service.

1. S&C units designed, manufactured and delivered within the last 20 years which have a minimum of 2 years of use with commercial high-speed train services that meet all of the following criteria:

- They are installed on Pre-Cast concrete slab track;

- The 'diverging' path of the S&C layout uses a clothoidal switch entry geometry at the turnout beginning; and

- They have a turn-out (diverging) speed of 200km/h or higher and a main line (through) speed of 300km/h or higher.

where the term "commercial high-speed train services" refers to services operating on specially built high-speed lines equipped for speeds generally equal to or greater than 250 km/h.

Phase One includes:

- 469 single track km, including 250 bridges, 58 viaducts, 47 underbridges, 148 overbridges.

- Three passing / maintenance loops/sidings and four complex track junctions.

- 158 point ends, including 64 high-speed turnouts (between 130km/h and 230 km/h) and 72 low-medium speed turnouts (up to and including 100km/h) including 5 diamond crossovers and one set of trap points.

- 54 REDs.

- Option for S&C Calvert Infrastructure Maintenance Depot and additional S&C at Washwood Heath Rolling Stock Depot.

Phase 2a includes:

- 116 single track km, including 18 underbridges, 43 overbridges, 4 viaducts, 2 tunnels, 1 retained cutting.

- 23 point ends, including 18 high-speed turnouts(between 130km/h and 230km/h) and 5 low-medium speed turnouts (up to and including 100km/h).

- 23 Rail Expansion Devices (REDs).

- Option for S&C at Stone Infrastructure Maintenance Base.

The S&C contractual arrangements are as follows: - 

1 Design Contract between HS2 as the Employer and the S&C Supplier as the Consultant for the initial standard design for S&C units: This Contract will commence in March 2023 with works commencing immediately with a planned duration of one year. 

2. A Framework Agreement between HS2, the S&C Supplier, Track Contractors and the Washwood Heath Depot Contractor sets out the scope of the Framework Agreement and describes the obligations of the Parties (HS2 and the Supplier) regarding the calling-off of switches and crossings by the Purchaser and setting out the processes and mechanisms which allow S&C Scope to be ‘called-off’ for the detailed design, manufacture, supply, testing and commissioning of Switches and Crossings. This Contract will come into force in March 2023 and has an initial term of 12 years with an option for extension for up to two additional terms of 5 years each, at HS2’s sole discretion, if required.  

3. Supply Call-Off Contracts between the S&C Supplier as Supplier and the Track Contractors, the Washwood Heath Depot Contractor or HS2 as Purchaser instigated following the Issue of a Call Off Notice and a Supply Call-Off Contract. The S&C Supplier will enter into Supply Call-Off Contracts with the Track Contractors and those Call-Off contracts will essentially form sub-contracts to the Track Contract.

4. A Technical Services Contract between HS2 as the Employer and the S&C Contractor as Contractor for the provision of technical support post-installation and during operations. This Contract initial term is 20-year period from an indicative start date of December 2029 with the option to extend further in 10-year durations up to a maximum cumulative total durati

Testun llawn y rhybydd

Hysbysiad dyfarnu contract – cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

High Speed Two (HS2) Ltd

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

Cyfeiriad proffil y prynwr: https://hs2.bravosolution.co.uk/web/index.html

I.6) Prif weithgaredd

Gwasanaethau rheilffyrdd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

£210,093,531

II.1.2) Prif god CPV

34940000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

HS2 Ltd has procured Switches and Crossing Contract across Phase One, Phase 2a, with an option exercisable to include those for Phase 2b of the project and the maintenance depots for the design, manufacture, delivery and provision of technical support for Switches and Crossings (S&C), including associated Points Operating Equipment (POE), together with Rail Expansion Devices (REDs). This includes installation of the condition monitoring system and POE.

HS2 Ltd awarded three contracts to the same organisation as a result of this procurement:

1) A contract for the production of standard system designs, and

2) A single supplier framework agreement, and

3) A technical support contract for the provision of technical support services related to S&C's post installation.

Further details describing the three contract types in detail are found in Section II.2.4) Description of the Procurement of this Notice.

II.1.6) Gwybodaeth am lotiau

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

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 210 093 531.64 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

34941200

34941600

34941800

34946000

34946100

34946110

34947000

45230000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

Procurement across Phase One, Phase 2a, with an option exercisable to include those for Phase 2b of the project and the maintenance depots for the design, manufacture, delivery and provision of technical support for Switches and Crossings (S&C), including associated Points Operating Equipment (POE), together with Rail Expansion Devices (REDs). This includes installation of the condition monitoring system and POE.

Selection Criteria: The S&C system must include units that are proven in service.

1. S&C units designed, manufactured and delivered within the last 20 years which have a minimum of 2 years of use with commercial high-speed train services that meet all of the following criteria:

- They are installed on Pre-Cast concrete slab track;

- The 'diverging' path of the S&C layout uses a clothoidal switch entry geometry at the turnout beginning; and

- They have a turn-out (diverging) speed of 200km/h or higher and a main line (through) speed of 300km/h or higher.

where the term "commercial high-speed train services" refers to services operating on specially built high-speed lines equipped for speeds generally equal to or greater than 250 km/h.

Phase One includes:

- 469 single track km, including 250 bridges, 58 viaducts, 47 underbridges, 148 overbridges.

- Three passing / maintenance loops/sidings and four complex track junctions.

- 158 point ends, including 64 high-speed turnouts (between 130km/h and 230 km/h) and 72 low-medium speed turnouts (up to and including 100km/h) including 5 diamond crossovers and one set of trap points.

- 54 REDs.

- Option for S&C Calvert Infrastructure Maintenance Depot and additional S&C at Washwood Heath Rolling Stock Depot.

Phase 2a includes:

- 116 single track km, including 18 underbridges, 43 overbridges, 4 viaducts, 2 tunnels, 1 retained cutting.

- 23 point ends, including 18 high-speed turnouts(between 130km/h and 230km/h) and 5 low-medium speed turnouts (up to and including 100km/h).

- 23 Rail Expansion Devices (REDs).

- Option for S&C at Stone Infrastructure Maintenance Base.

The S&C contractual arrangements are as follows: - 

1 Design Contract between HS2 as the Employer and the S&C Supplier as the Consultant for the initial standard design for S&C units: This Contract will commence in March 2023 with works commencing immediately with a planned duration of one year. 

2. A Framework Agreement between HS2, the S&C Supplier, Track Contractors and the Washwood Heath Depot Contractor sets out the scope of the Framework Agreement and describes the obligations of the Parties (HS2 and the Supplier) regarding the calling-off of switches and crossings by the Purchaser and setting out the processes and mechanisms which allow S&C Scope to be ‘called-off’ for the detailed design, manufacture, supply, testing and commissioning of Switches and Crossings. This Contract will come into force in March 2023 and has an initial term of 12 years with an option for extension for up to two additional terms of 5 years each, at HS2’s sole discretion, if required.  

3. Supply Call-Off Contracts between the S&C Supplier as Supplier and the Track Contractors, the Washwood Heath Depot Contractor or HS2 as Purchaser instigated following the Issue of a Call Off Notice and a Supply Call-Off Contract. The S&C Supplier will enter into Supply Call-Off Contracts with the Track Contractors and those Call-Off contracts will essentially form sub-contracts to the Track Contract.

4. A Technical Services Contract between HS2 as the Employer and the S&C Contractor as Contractor for the provision of technical support post-installation and during operations. This Contract initial term is 20-year period from an indicative start date of December 2029 with the option to extend further in 10-year durations up to a maximum cumulative total duration of 40 years. the schedule of rates agreed.

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

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 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.

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

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

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

Rhif yr hysbysiad yn OJ S:

2020/S 247-615812

IV.2.9) Gwybodaeth am ddod â chais am gystadleuaeth i ben ar ffurf hysbysiad gwybodaeth ymlaen llaw

Ni fydd yr awdurdod contractio yn dyfarnu contractau pellach yn seiliedig ar yr hysbysiad gwybodaeth ymlaen llaw uchod

Section V: Dyfarnu contract

Rhif Contract: C1000_3527

Teitl: Switches and Crossings Design Contract

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

07/03/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 1

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Voestalpine Turnout Technology UK Ltd

SC156416

2 Sir Harry Lauder

Edinburgh

UK

Ffôn: +44 1313227210

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: www.voestalpine.com

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 6 150 204.64 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif Contract: C1000_3538

Teitl: Switches and Crossings Framework Agreement

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

07/03/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 1

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Voestalpine Turnout Technology UK Ltd

SC156416

2 Sir Harry Lauder Road

Edinburgh

EH15 1DJ

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: www.voestalpine.com

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 203 943 327.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif Contract: C1000_3534

Teitl: Switches and Crossings Technical Support contract

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

07/03/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 1

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Voestalpine Turnout Technology UK ltd

SC156416

2 Sir Harry Lauder

Edinburgh

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: www.voestalpine.com

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 1.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

£210,093,531

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court

Royal Court of Justice, Strand

London

WC2A 2LL

UK

Cyfeiriad(au) rhyngrwyd

URL: royalcourtofjustice.jc@citizensadvice.org.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

24/03/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34946110 Cledrau Deunyddiau a chyflenwadau adeiladu traciau rheilffordd
34941200 Cledrau rheilffordd Cledrau ac ategolion cysylltiedig
34940000 Cyfarpar rheilffordd Cyfarpar a chydrannau sbâr amrywiol ar gyfer cludiant
34946000 Deunyddiau a chyflenwadau adeiladu traciau rheilffordd Cyfarpar rheilffordd
34946100 Deunyddiau adeiladu traciau rheilffordd Deunyddiau a chyflenwadau adeiladu traciau rheilffordd
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
34941600 Mannau croesi Cledrau ac ategolion cysylltiedig
34941800 Pwyntiau atal rheilffordd Cledrau ac ategolion cysylltiedig
34947000 Slipers a chydrannau sliperi Cyfarpar rheilffordd

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.