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: Amarjit.Rupal@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) Ltd, Train Dispatch System Contracts
II.1.2) Prif god CPV
45000000
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
The train dispatch system (TDS) is a novel combination of platform CCTV and safety software with a bespoke user interface. TDS is a network of cameras linked to central control rooms that will monitor the 400 - metre long platforms to ensure that passengers have safely entered the trains before the signal is given to close the doors and leave the station. The train dispatch system will be built into each of the new stations on the HS2 Project. The value of the contracts is estimated to be £58m for Phase 1 and up to £84m when including Phase 2b and Gap Detection. Further information is shown in the Further Package Particulars.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 84 000 000.00 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
32000000
32235000
32323500
34632000
34632200
34632300
34940000
34942000
35120000
42961400
45234100
45234115
45314300
48140000
48150000
48151000
50200000
51100000
63711000
71320000
71334000
72212140
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
As describes in the PQP Outline Scope
II.2.4) Disgrifiad o’r caffaeliad
This notice relates to the procurement of the Train Dispatch System (TDS) across High Speed Two (HS2) Limited’s (HS2) Phase One stations, to be constructed at London Euston, Old Oak Common, Birmingham and Interchange and HS2’s Phase 2b stations at Manchester Airport and Manchester Piccadilly.
The contract scope will be split into stages. The initial stage of works will comprise of Old Oak Common, Birmingham and Interchange stations. Scope for work at London Euston, Manchester Airport and Manchester Piccadilly is subject to the issue by HS2 Ltd of notices to proceed. Additionally, the Parliamentary process applicable to Phase 2b is still to be concluded and is subject to achieving Royal Assent.
There is optional scope for the inclusion of Gap Monitoring across all stations.
HS2 will enter into two contracts simultaneously:
(i) A Design and Build Contract for the design, software development, prototyping, factory testing, integration testing, installation, static and dynamic testing and commissioning of the TDS.
(ii) A Technical Support Contract to undertake technical support, install system upgrades, and undertake asset inspection or maintenance of each section after Completion under the Design and Build Contract.
Further information on the Contracts is included in the Pre-Qualification Pack made available on the HS2 eSourcing portal noted above (PQP).
HS2 Ltd reserves the right to omit and/or vary the scope of the Contracts.
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: 84 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 240
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 for information on HS2 Ltd’s criteria for choosing Applicants to be invited to tender for the TDS Contracts. HS2 Ltd expects to select four Applicants to tender for the Contracts. However, HS2 Ltd reserves the right in its absolute discretion to increase or decrease this number in accordance with the PQP Manual (see section 1.7).
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 Contracts.
The requirements with respect to the optional element of scope noted above (Gap Monitoring) are not yet sufficiently defined and therefore have not been included in the scope at contract award, but will be detailed as optional scope in the contractual documentation.
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:
List and brief description of conditions:
Applicants are referred to the PQP for information about conditions for participation.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
List and brief description of selection criteria:
Applicants are referred to the PQP for information about HS2 Ltd’s requirements and minimum standards in relation to economic and financial standing.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
List and brief description of selection criteria:
Applicants are referred to the PQP for information about HS2 Ltd’s requirements and minimum standards in relation to technical and professional ability.
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
List and brief description of rules and criteria:
Applicants are referred to the PQP 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 mechanisms for the Contracts will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements in the Contracts will incorporate, in the Design and Build Contract, NEC3 Engineering and Construction Contract (ECC) Option C and in the Technical Services Contract NEC3 Term Service Contract (TSC) Option A and Option E. HS2 Ltd reserves the right to use an alternative pricing option for the Contracts, which if applicable will be specified in the ITT.
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
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.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
14/11/2023
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:
18/03/2024
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: 12 (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 in this Contract Notice and the PQP are defined in the PQP Manual, Appendix 4 Glossary.
2) To express interest in this procurement, Applicants must submit a PQ Application on the HS2 eSourcing portal by the PQ Application Deadline.
3) An Applicant may be a single organisation or a Consortium. An Applicant may only submit one PQ Application. An economic operator may not apply as more than one Applicant, whether as a single Applicant or as a Party to one or more Consortia. See PQP (PQP Manual section 2).
4) Applicants must be registered on the HS2 eSourcing portal: https://hs2.bravosolution.co.uk. For assistance contact the BravoSolution helpdesk Monday to Friday (8:00-18:00) GMT: Email help_uk@jaggaer.com or Telephone +44 8000698630.
5) While 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.
6) Section I.1 (Contracting Entity): This Contract Notice is published by HS2 Ltd on behalf of itself and any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to the Contracts (Contracting Bodies).
7) Section II.2.6) (Estimated value): Further information on the estimated value is included in the PQP (Further Package Particulars).
8) Section II.2.7) (Duration of the Contracts): timescales in this Contract Notice are estimated based on the current HS2 programme but may be subject to change. See also II.2.11.
9) Section IV.1.1) (Type of procedure): HS2 Ltd is procuring Contracts using the negotiated procedure with prior call for competition (UCR 2016, reg. 47). As stated in the PQP (Applicant’s Guide), HS2 Ltd reserves the right not to conduct negotiations.
10) 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 procedure envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice. HS2 Ltd reserves the right to vary its requirements and the procedure for the award of the Contracts envisaged in this Contract Notice. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in the PQP.
11) Applicants/Tenderers shall be solely responsible and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice.
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.
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
03/10/2023