Skip to main content

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

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

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

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

Hysbysiad o Gontract

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Low Voltage Power Components

  • Cyhoeddwyd gyntaf: 05 Hydref 2021
  • Wedi'i addasu ddiwethaf: 05 Hydref 2021

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:
05 Hydref 2021
Dyddiad Cau:
22 Tachwedd 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This procurement is to establish a single supplier Framework Agreement under which there will be Call-Offs for the supply, installation, testing, commissioning, and maintenance of Uninterruptable Power Supply & Central Battery Systems, primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. These Uninterruptible Power Supply & Central Battery Systems may also be required and called off under the Framework Agreement as Optional Scope at other sites (see VI.3 below). The Framework Agreement is being established for use by the Phase One Station Contractors (Supply and Installation Call-Off Contract), HS2 Ltd and/or an appointed Infrastructure Manager, if applicable (Maintenance Call-Off Contract) and for use by other Contracting Bodies defined in VI.3 below (both Supply and Installation, and Maintenance Call Off Contracts). Further information on the procurement and on the scope (both Base and Optional), Contracting Bodies and anticipated timing and value of Call-Off Contracts is included in the PQP documents (including Heads of Terms and Outline Scope documents).

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

HS2

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

Birmingham

B4 6GA

UK

E-bost: scc@hs2.org.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.hs2.org.uk/

I.3) Cyfathrebu

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

https://hs2.bravosolution.co.uk/web/index.html


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://hs2.bravosolution.co.uk/web/index.html


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


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

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

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Low Voltage Power Components

II.1.2) Prif god CPV

31000000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

This procurement is to establish a single supplier Framework Agreement under which there will be Call-Offs for the supply, installation, testing, commissioning, and maintenance of Uninterruptible Power Supply components & Central Battery Systems primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange (Base Scope). These Uninterruptible Power Supply components & Central Battery Systems may also be required and called off under the Framework Agreement as Optional Scope at other sites (see VI.3 below). The Framework Agreement is being established for use by the Phase One Station Contractors (Supply and Installation Call-Off Contract), HS2 Ltd and/or an appointed Infrastructure Manager, if applicable (Maintenance Call-Off Contract) and for use by other Contracting Bodies defined in VI.3 below (both Supply and Installation, and Maintenance Call-Off Contracts).   

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 66 465 630.00 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

30214000

31500000

31520000

II.2.3) Man cyflawni

Cod NUTS:

UKG


Prif safle neu fan cyflawni:

UK

II.2.4) Disgrifiad o’r caffaeliad

This procurement is to establish a single supplier Framework Agreement under which there will be Call-Offs for the supply, installation, testing, commissioning, and maintenance of Uninterruptable Power Supply & Central Battery Systems, primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. These Uninterruptible Power Supply & Central Battery Systems may also be required and called off under the Framework Agreement as Optional Scope at other sites (see VI.3 below). The Framework Agreement is being established for use by the Phase One Station Contractors (Supply and Installation Call-Off Contract), HS2 Ltd and/or an appointed Infrastructure Manager, if applicable (Maintenance Call-Off Contract) and for use by other Contracting Bodies defined in VI.3 below (both Supply and Installation, and Maintenance Call Off Contracts). Further information on the procurement and on the scope (both Base and Optional), Contracting Bodies and anticipated timing and value of Call-Off Contracts is included in the PQP documents (including Heads of Terms and Outline Scope documents).

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: 66 465 630.00 GBP

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

Dechrau: 05/12/2022

Diwedd: 05/12/2032

Gall y contract hwn gael ei adnewyddu: Na

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

Yr isafswm nifer a ragwelir: 4

Nifer uchaf a ragwelir: 5

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

Applicants are referred to the PQP and PQQ for information on HS2 Ltd's criteria for choosing Applicants to be invited to tender for the Framework Agreement. HS2 Ltd expects to select only the 4 top scoring Applicants to tender for the Framework Agreement. However, HS2 Ltd reserves the right in its absolute discretion to invite fewer than four or to invite the fifth placed Applicant to tender for the Framework Agreement on the basis described in PQP Manual.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

HS2 Ltd reserves the right to omit and/or vary the scope. As further described in the PQP documents and in the accompanying Outline Scope document, Applicants should note in particular that the scope may include optional projects as described in II.2.11)1) below: 

1) Other Contracting Bodies, as described in VI.3) part 6) (at their sole and absolute discretion) can enter a Supply and Installation Call-Off Contract and a Maintenance Call-Off Contract with the successful Tenderer. The prices submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking the Optional Project. 

2) Option to extend the term of the Framework Agreement 

The term of the Framework Agreement will be for an initial term of eight years although HS2 Ltd reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of ten years. HS2 Ltd reserves the right to extend the term of the Framework Agreement from eight to ten years if one or more Station Contracts is delayed so that the anticipated timing of the Call-Offs set out in the Outline Scope document cannot be achieved within the initial eight-year term. The justification for any such extension beyond the initial eight-year term of the Framework Agreement is to ensure that HS2 Ltd can use the Framework Agreement to achieve the Stations Common Components strategy notwithstanding a delay to the Station Contracts. 

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

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

II.2.14) Gwybodaeth ychwanegol

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

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

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

Rhestr a disgrifiad byr o’r amodau:

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

III.1.2) Statws economaidd ac ariannol

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

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

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

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

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

The main financing conditions, payment mechanism, performance standards and incentive mechanism will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements will be in accordance with the provisions of NEC3 Supply Contract Fixed Price with Price Schedule (as amended by HS2).

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.

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

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

negodi gyda galwad am gystadleuaeth

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

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

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: HS2 Ltd reserves the right to extend the term of the Framework Agreement from eight to ten years if one or more Station Contracts is delayed so that the anticipated timing of the Call-Offs set out in the Outline Scope document cannot be achieved within the initial eight-year term. This is to ensure HS2 Ltd can use the Framework Agreement to achieve its Stations Common Components strategy.

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.1.6) Gwybodaeth am arwerthiant electronig

Defnyddir arwerthiant electronig

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

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

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

Dyddiad: 22/11/2021

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: 25/04/2022

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.3) Gwybodaeth ychwanegol

1. Terms with an initial capital letter used in this Contract Notice, the PQP and the PQQ have the meanings given in PQP Manual, Appendix 4 (Glossary of Term)

2. To express interest in the Framework Agreement, Applicants must complete the PQQ on the HS2 eSourcing portal strictly in accordance with the submission deadline for PQ Applications stated in the PQP (PQ Application deadline). Please note that the PQ Application deadline is a precise time and Applicants should allow sufficient time to upload their PQ Applications.

3. An Applicant may be a single organization or a Consortium. An Applicant may only submit one PQQ Application. A particular economic operator may not apply as more than one Applicant, whether as a single Applicant or as a Party to one or more consortia. Applicants should note that this restriction does not apply to Subcontractors.

4. All Applicants are required to express an interest by registering on the HS2 eSourcing (https://hs2.bravosolution.co.uk). Registering is only required once.

5. For further assistance contact the BravoSolution helpdesk which is available Monday to Friday (8:00 -18:00) GMT on:

Email - help_uk@jaggaer.com or Telephone +44 800 069 8630.

6. Contracting Entity: This Contract Notice is published by HS2 Ltd on behalf of itself and these Contracting Bodies:

• HS2 Ltd (including any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to this Framework Agreement;

• The Infrastructure Manager;

• Phase One Station Contractors;

• Automated People Mover (APM) Contractor;

• Rail Systems Contractors;

• Tunnel and Lineside Mechanical & Electrical (M&E) Systems;

• Phase One Main Works Civil Contracts (MWCC);

• Washwood Heath (WWH)Rolling Stock Maintenance Depot (RSMD);

• Calvert Infrastructure Maintenance Depot (IMD);

•The National Integrated Control Centre (NICC);

•Systems Integration Facility (SIF);

•Any other body as may assume delivery and/or ownership responsibilities in respect of the assets covered by this Framework Agreement;

•The future operator(s) of any one or more of the Phase One Stations.

Further information on the Contracting Bodies is included in the PQP documentation.

7. II.1.3 Type of contract: this is a mixed procurement. The scope of the Framework Agreement includes works, services and supplies.

8. II.2.3 Place of performance: Unit components are to be installed at Phase One Stations and potentially other HS2 sites (see PQP Outline Scope document for more information). 

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

10. II.2.7 Duration of the Framework Agreement: the Framework Agreement is for an initial term of 8 years (96 months) with an option to extend for up to a further 2 years (24 months) (see II.2.11 above). Further information on anticipated timing of Call-Off Contracts is included in the PQP documents (Outline Scope). 

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

12. IV.1.1 Type of procedure: HS2 Ltd is procuring the Framework Agreement in accordance with the negotiated procedure with prior call for competition pursuant to UCR 2016, reg. 47. As stated in the PQP documents, HS2 Ltd reserves the right not to conduct negotiations with Tenderers. 

13. Candidates and Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this PQP and any subsequent Invitation, howsoever incurred. 

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

Ffôn: +44 20794760000

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

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

Ffôn: +44 20794760000

VI.5) Dyddiad anfon yr hysbysiad hwn

04/10/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
31500000 Cyfarpar goleuo a lampau trydan Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau
30214000 Gweithfannau Peiriannau prosesu data (caledwedd)
31520000 Lampau a ffitiadau golau Cyfarpar goleuo a lampau trydan
31000000 Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau Technoleg ac Offer

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.