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

Track Systems for Phase One and Phase 2a of the HS2 Project

  • Cyhoeddwyd gyntaf: 05 Mai 2020
  • Wedi'i addasu ddiwethaf: 05 Mai 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:
High Speed Two (HS2) Ltd
ID Awudurdod:
AA77186
Dyddiad cyhoeddi:
05 Mai 2020
Dyddiad Cau:
03 Gorffennaf 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The scope of works included within lot 1 includes the following:

Design and construction of:

— 63 km of resilient cast in-situ slab track,

— 21 km of standard pre-cast slab track (a separate supply arrangement),

— 38 km of standard cast in-situ slab track or optional pre-cast slab track,

— 75 mainline switches and crossings (S&C) units and 18 rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor);

— 20 No buffer stops — a combination of permanent and temporary units to support a phased entry into service;

— 4 km of track spacing infill to provide drainage continuity to drainage systems installed by others;

— 36 km of cable containment (troughing), to support the routing of HV and LV cables;

— provision of (and subsequent removal of) a temporary railhead at West Ruislip for used for construction purposes,

— a permanent maintenance facility at West Ruislip.

All of the above figures are approximate.

The extent of the lot 1 works includes the installation of all track infrastructure within the urban geographical area, which includes stations, open route, bored tunnels and cut-and-cover tunnels.

The lot 1 works include the development of the detailed design for all track infrastructure within the urban geographical area and full integration of this design with the works of others including Main Work Civils and Railway Systems packages. This lot also includes the undertaking of static integration testing of the track system, as well as providing onsite support and facilitation of the dynamic testing phase coordinated by the client.

The lot 1 works also include principal contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This Principal contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of engineering trains for itself and others within the working area.

Further detailed requirements and responsibilities will be set out in the invitation to tender (ITT).

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

High Speed Two (HS2) Ltd

06791686

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

Cyfeiriad proffil y prynwr: 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

Track Systems for Phase One and Phase 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 track systems and HS2 Ltd intends to award the following contracts:

1) Delivery contract for Phase 1 Track — Urban including Birmingham Spur (Lot 1 below);

2) Delivery contract for Phase 1 Track — Open Route Central (Lot 2 below);

3) Delivery contract for Phase 1 Track — Open Route North (Lot 3 below);

4) Framework Agreement for Phase 2a Track delivery and other works (see Lot 4 below).

Further information about the scope of works and the lots is set out in the remainder of this contract notice (see also Additional Information VI.3) in relation to related supply contracts) and in the pre-qualification pack (PQP). Expressions of interest are welcomed as set out in this contract notice and the PQP.

Note there are restrictions on the number of lots 1 to 3 inclusive that may be awarded to any one tenderer. Economic operators may only express an interest in lot 4 if they are also expressing an interest in one or more of lots 1, 2 and 3. Please see below and the PQP.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 957 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 3

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

Max No of lots that may be awarded to a tenderer: three comprising two of lots 1, 2 and 3 plus lot 4. HS2 Ltd reserves right to award contracts combining the following lots or groups of lots: any of lots 1, 2 and 3 (to a maximum of 2) if the tenderer is successful in relation to each lot. Lot 4 will be awarded separately. HS2 Ltd reserves the right to award one or more contracts to a successful tenderer.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Track — Urban (Phase 1) including Birmingham Spur

II.2.2) Cod(au) CPV ychwanegol

34940000

34941200

34941600

34941800

34944000

34946000

34946110

34947000

43500000

45234100

45234112

45234116

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The scope of works included within lot 1 includes the following:

Design and construction of:

— 63 km of resilient cast in-situ slab track,

— 21 km of standard pre-cast slab track (a separate supply arrangement),

— 38 km of standard cast in-situ slab track or optional pre-cast slab track,

— 75 mainline switches and crossings (S&C) units and 18 rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor);

— 20 No buffer stops — a combination of permanent and temporary units to support a phased entry into service;

— 4 km of track spacing infill to provide drainage continuity to drainage systems installed by others;

— 36 km of cable containment (troughing), to support the routing of HV and LV cables;

— provision of (and subsequent removal of) a temporary railhead at West Ruislip for used for construction purposes,

— a permanent maintenance facility at West Ruislip.

All of the above figures are approximate.

The extent of the lot 1 works includes the installation of all track infrastructure within the urban geographical area, which includes stations, open route, bored tunnels and cut-and-cover tunnels.

The lot 1 works include the development of the detailed design for all track infrastructure within the urban geographical area and full integration of this design with the works of others including Main Work Civils and Railway Systems packages. This lot also includes the undertaking of static integration testing of the track system, as well as providing onsite support and facilitation of the dynamic testing phase coordinated by the client.

The lot 1 works also include principal contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This Principal contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of engineering trains for itself and others within the working area.

Further detailed requirements and responsibilities will be set out in the invitation to tender (ITT).

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: 434 000 000.00 GBP

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

Dechrau: 15/04/2022

Diwedd: 14/08/2030

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:

Following the assessment of the PQQ responses, HS2 Ltd intends to shortlist the top scoring qualified candidates for the invitation to tender stage as set out in more detail in the PQP.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Organisations expressing interest in this lot must complete and submit a PQQ by the date in section IV.2.2). The delivery contract will contain a general right for HS2 Ltd to omit work from its scope for any reasons, incl. without limitation to give this work to another party and reserves the right to re-allocate work within the scope of this procurement and this lot between different HS2 contracts.

Rhif y Lot 2

II.2.1) Teitl

Lot 2: Track Open Route Central (Phase 1)

II.2.2) Cod(au) CPV ychwanegol

34940000

34941200

34941600

34944000

34946000

34946110

34947000

43500000

45234100

45234112

45234116

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The scope of works included within lot 2 includes the following:

Design and construction of:

— 159 km of standard pre-cast slab track (a separate supply arrangement);

— 22 mainline switches and crossings (S&C) units and 18 Rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any hydraulically bonded layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor);

— 4 No buffer stops — a combination of permanent and temporary units to support a phased entry into service;

— 81 km of track spacing infill to provide drainage continuity to drainage systems installed by others;

— 393 km of cable containment (troughing), to support the routing of HV and LV cables;

— provision of (and subsequent removal of) a railhead at Calvert to be used for construction purposes, which is then subsequently converted into an infrastructure maintenance depot (IMD) for the ongoing maintenance of HS2 Ltd's rail-mounted plant fleet.

All of the above figures are approximate.

The extent of the lot 2 works includes the installation of all track infrastructure within the central geographical area, including through open route, viaducts and cut-and-cover tunnels.

The scope of the lot 2 works includes the development of the detailed design for all track infrastructure within the central geographical area and full integration of this design with the works of other railway systems packages. This lot also includes the undertaking of static integration testing of the track system, as well as providing on-site support and facilitation of the dynamic testing phase coordinated by the client.

The lot 2 works also include the undertaking of principal contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This principal contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of engineering trains for itself and others within the working area.

Final detailed arrangements will be as set out in the invitation to tender (ITT).

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: 526 000 000.00 GBP

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

Dechrau: 15/04/2022

Diwedd: 14/04/2028

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:

Objective criteria for choosing the limited number of candidates:

Following the assessment of the PQQ responses, HS2 Ltd intends to shortlist the top scoring qualified candidates for the invitation to tender stage as set out in more detail in the PQP.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Organisations expressing interest in this lot must complete and submit a PQQ by the date in section IV.2.2). The delivery contract will contain a general right for HS2 Ltd to omit work from its scope for any reasons, incl. without limitation to give this work to another party and reserves the right to re-allocate work within the scope of this procurement and this lot between different HS2 contracts.

Rhif y Lot 3

II.2.1) Teitl

Lot 3: Track Open Route North (Phase 1)

II.2.2) Cod(au) CPV ychwanegol

34940000

34941200

34941600

34941800

34944000

34946000

34946110

34947000

43500000

45234100

45234112

45234116

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The scope of works included within lot 3 includes the following:

Design and construction of:

— 176 km of standard pre-cast slab track (a separate supply arrangement);

— 12 km of high-speed ballasted track (design and construction), to link the high-speed infrastructure with the conventional rail national network in the vicinity of Handsacre (north of Birmingham);

— 42 mainline switches and crossings (S&C) units and 18 rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any hydraulically bonded layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor);

— 93 km of track spacing infill to provide drainage continuity to drainage systems installed by others;

— 324 km of cable containment (troughing), to support the routing of HV and LV cables;

— provision of (and subsequent removal of) a temporary railhead at Berkswell to be used for construction purposes.

All of the above figures are approximate.

The extent of the lot 3 works includes the installation of all track infrastructure within the North geographical area, including through open route, viaducts and cut-and-cover tunnels.

The scope of the lot 3 works includes the development of the detailed design for all track infrastructure within the North geographical area and full integration of this design with the works of other railway systems packages. This lot also includes the undertaking of static integration testing of the track system, as well as providing onsite support and facilitation of the dynamic testing phase coordinated by the client.

The lot 3 works also includes the undertaking of principal contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This principal contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of engineering trains for itself and others within the working area.

Final detailed arrangements will be as set out in the invitation to tender (ITT).

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: 566 000 000.00 GBP

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

Dechrau: 15/04/2022

Diwedd: 14/11/2027

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:

Objective criteria for choosing the limited number of candidates:

Following the assessment of the PQQ responses, HS2 Ltd intends to shortlist the top scoring qualified candidates for the invitation to tender stage as set out in more detail in the PQP.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Organisations expressing interest in this lot must complete and submit a PQQ by the date in section IV.2.2). The delivery contract will contain a general right for HS2 Ltd to omit work from its scope for any reasons, incl. without limitation to give this work to another party and reserves the right to re-allocate work within the scope of this procurement and this lot between different HS2 contracts.

Rhif y Lot 4

II.2.1) Teitl

Track Framework Agreement (including Phase 2a Track Systems)

II.2.2) Cod(au) CPV ychwanegol

34940000

34941200

34941600

34941800

34944000

34946000

34946110

34947000

43500000

45234100

45234112

45234116

71320000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

HS2 Ltd intends to establish a multi-supplier framework agreement (FA) alongside the delivery contracts for lots 1, 2 and 3. The scope of work covered by the FA will be:

— the Phase 2a track delivery contract (see below);

— the works covered by lots 1, 2 and 3 (or the residual elements of those works) in the event of the termination or other failure of those contracts due to contractor default (see the PQP and procurement docs for further detail);

— other parts of the scope of lots 1, 2 and 3 works in the event they are omitted from those contracts for any reasons;

— other optional works scope relating to the HS2 Track Systems or wider HS2 Project (See ITT for details). HS2 Ltd intends to appoint the following suppliers to the FA:

• the successful tenderers for lots 1, 2 and 3 and, in the event they are different entities,

• the second highest scoring tenderer for lots 1,

• the second highest scoring tenderer for lot 2, and

• the second highest scoring tenderer for lot 3.

Economic operators may only express an interest in lot 4 if they do so in addition to expressing an interest in at least one of lots 1, 2 and 3. Economic operators expressing an interest in lots 1, 2 and/or 3 are not obliged to express interest in or ultimately be appointed to the FA. Any call-off contracts under the FA will be awarded following a mini-competition procedure, the rules for which will be set out in the full FA which will form part of the ITT for each lot. Only those parties appointed to the FA will be eligible to participate in such mini-competitions. There is no guaranteed minimum or maximum value of work to be awarded under the FA and HS2 Ltd reserves the right not to launch any mini-competition or award any call-off contracts under the FA, including for the avoidance of doubt, any call-off contract for all or part of the Phase 2a delivery contract. Further information about the operation of the FA appears in the PQP and will be set out in full detail in the ITT. HS2 Ltd reserves the right to provide in the FA for its use by any delivery body or other of its contractors or successor body appointed in relation to Phase 2a of the HS2 Project to call off the Phase 2a delivery contract. HS2 Ltd therefore reserves the right for the Phase 2a delivery contract to be entered into by that delivery body or other contractor or successor body.

The Phase 2a delivery contract:

HS2 Ltd reserves the right to award one or more call-off contracts for the Phase 2a delivery works.

The scope of works included within the Phase 2a delivery contract (which shall be a call-off contract under the FA) includes the following: design and construction of

— 119 km of standard pre-cast slab track (a separate supply arrangement);

— 5 km of standard cast in-situ slab track or optional pre-cast slab track;

— 23 mainline switches and crossings (S&C) units and 23 rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any hydraulically bonded layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor);

— 2 No buffer stops — either permanent or temporary units to support a phased entry into service;

— 72 km of track spacing infill to provide drainage continuity to systems installed by others;

— 314 km of cable containment (troughing), to support the routing of HV and LV cables;

— provision of (and subsequent removal of) a railhead at stone to be used for construction purposes, which is then subsequently converted into an Infrastructure maintenance base;

— rail served (IMB-R) for the ongoing maintenance of the clients rail-mounted plant fleet.

The extent of the Phase 2a delivery contract scope lot 4 works includes the design and installation of all track infrastructure within the Phase 2a geographical area, incl. through open route, viaducts, bored and cut-and-cover tunnels. Principal contractor duties CDM Regs 2015.

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: 431 000 000.00 GBP

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

Dechrau: 15/08/2022

Diwedd: 14/08/2030

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: 6

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

See II.2.4) above and the PQP for details.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Organisations expressing interest in this lot must complete and submit a PQQ by the date in section IV.2.2). The delivery contract will contain a general right for HS2 Ltd to omit work from its scope for any reasons, incl. without limitation to give this work to another party and reserves the right to re-allocate work within the scope of this procurement and this lot between different HS2 contracts.

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:

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers.

Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. Please see the procurement documents which include the PQQ instructions and questionnaire to be completed.

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


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

Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. There are minimum requirements in relation to previous experience and the submission of examples as part of the PQQ. Please see the procurement documents which include the PQQ instructions and questionnaire to be completed.

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

Please see the procurement documents.

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

Please see the procurement documents.

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 contract. See PQQ.

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

III.2.2) Amodau perfformiad contractau

Please see the procurement documents.

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

The procurement involves the establishment of a framework agreement with several operators.

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: Envisaged maximum number of participants to the framework agreement Please see II.2.4 for Lot 4 above.

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:

2019/S 153-378401

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

Dyddiad: 03/07/2020

Amser lleol: 10:00

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

Dyddiad: 30/11/2020

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 any lot, applicants must complete the PQQ on the Hs2 eSourcing portal strictly in accordance with the submission deadline in the procurement documents (PQ Application Deadline) which is a precise time and Applicants should allow sufficient time to upload their PQ Applications.

2) 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 procurement documents.

3) References to the framework agreement (FA) in this contract notice are to the FA being procured under lot 4. The contracts advertised in relation to lots 1, 2 and 3 are contracts and not FA.

4) 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(s) 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(s) 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.

5) 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 any PQQ and with submitting any tender, howsoever incurred.

6) All 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 eventual tender documentation.

7) Applicants must allow sufficient time for uploading their full PQQs and applications. HS2 Ltd reserves the right to reject any PQQ or application that is not submitted in full before the relevant submission deadline.

8) 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.

19) Access to procurement documentation will be conditional upon HS2 receiving a confidentiality agreement in advance.

10) Estimated contract values in this contract notice are based on 2020/21 prices.

11) Certain procurements are being progressed by HS2 Ltd in advance of the procurement for the track systems.

(a) Supply of precast slab track (for Open Route) — a contract for the design and supply of precast slab track (for open route) and provision of related professional services. The future relationship between the track contractor and the slab track supplier may include performance management matters and instructions of work which might generate conflicts if one organisation were to perform both roles. Further information about the exact role of the slab track supplier in relation to the track contractor will be available at the ITT stage. For these reasons, HS2 Ltd has decided that the organisation appointed as the slab track supplier will not be permitted to tender for or be appointed as the track contractor and will be required to withdraw from participating in the track procurement.

(b) Supply of switches and crossings (S&C) — a contract for the design and supply of S&C and provision of related professional services.

Note for (a) and (b) it is intended the contractor will instruct work packages as the purchaser to carry out detailed design for construction, manufacture and supply.

(c)Supply of long welded rail (LWR) — a contract for the manufacture, supply and delivery of free issue LWR to nodal points after which the contractor will take responsibility.

See procurement documents for details.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

Ffôn: +44 20794760000

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

Cyfeiriad(au) rhyngrwyd

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

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

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

Ffôn: +44 20794760000

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(s) and the reasons for the award decision are communicated to tenderers.

VI.5) Dyddiad anfon yr hysbysiad hwn

30/04/2020

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
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
45234112 Gwaith adeiladu depos rheilffordd Gwaith adeiladu ar gyfer rheilffyrdd a systemau cludiant ceblau
45234100 Gwaith adeiladu rheilffyrdd Gwaith adeiladu ar gyfer rheilffyrdd a systemau cludiant ceblau
45234116 Gwaith adeiladu traciau Gwaith adeiladu ar gyfer rheilffyrdd a systemau cludiant ceblau
71320000 Gwasanaethau dylunio peirianneg Gwasanaethau peirianneg
34941600 Mannau croesi Cledrau ac ategolion cysylltiedig
43500000 Peli llwybro Peiriannau ar gyfer mwyngloddio, chwarela, cyfarpar adeiladu
34941800 Pwyntiau atal rheilffordd Cledrau ac ategolion cysylltiedig
34947000 Slipers a chydrannau sliperi Cyfarpar rheilffordd
34944000 System gwresogi pwyntiau 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.