loading
  • GB-B4 6GA Birmingham
  • 02.03.2017
  • Ausschreibung
  • (ID 2-256481)

Overhead Catenary System (OCS) Licence and Associated Services Procurement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 02.03.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Gebäudetyp Verkehr
    Art der Leistung Objektplanung Verkehrsanlagen / allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    High Speed Two (HS2) Limited (HS2)seeks tenders from suitably qualified and experienced organisations to provide an OCS system to enable the provision of electrical traction power to its rolling stock, as well as to provide professional development and support services in relation to that system.
    Leistungsumfang
    High Speed Two (HS2) Limited (HS2) is the body responsible for developing and promoting the new high speed railway system known as High Speed Two (HS2). Current planning is for HS2 to run between London and Birmingham (Phase 1) Followed by the Birmingham to Crewe link (Phase 2a) 1 year later, with the remaining Crewe to Manchester and Birmingham to Leeds links (Phase 2b) 6 years thereafter.
    This procurement is 1 of a number of procurements and arrangements being established to deliver the HS2 project. In particular, it is part of the tranche of work known as Railway Systems which includes signalling, communications, power and track. Within Railway Systems is the requirement to design and install the overhead catenary system (OCS).
    It is anticipated that the wider Railway Systems work will form the subject of separate procurement(s) and be advertised in the OJEU in due course in accordance with HS2's wider programme. Nevertheless, HS2 sees important benefits in the early identification of the OCS to be used. These include the earlier provision of developed and detailed design information to HS2's main works civils contractors as well as the inclusion of more detailed information about the proposed system in the Railway Systems procurement documents.
    HS2 Ltd therefore seeks to procure at this time through this procurement the following package of work:
    (i) The licensing to HS2 Ltd (and any relevant third parties as specified in the procurement documents) of a TSI-compliant OCS system which is able to achieve and support operations at 360 km/h across all potential phases of the HS2 project. The licence will permit those relevant activities set out in the procurement documents including related design development, construction, installation and maintenance of the system;
    (ii) Such upgrading and development work directly necessary to allow an OCS system to attain the standards in (i) above. Whilst HS2 Ltd encourages any solution which meets its requirements set out in the procurement documents for the system, it understands that a number of suppliers have already developed systems that are in its view close to having attained such performance standards. It therefore anticipates (but does not require) that this element of work may take the form of upgrading and development rather than designing and developing an entirely new system. The attention of would-be tenderers is drawn to the programming and budget constraints identified in the procurement documents;
    (iii) To provide a concept layout design for use of the system on Phase 1 (and potentially Phases 2a and 2b through (iv) below) of the HS2 project;
    (iv) Ongoing technical support services as described in the procurement documents.
    Full details of the contract scope are set out in the procurement documents (see VI.3) below). HS2 Ltd reserves the right to amend this scope as may be provided for in the procurement documents provided this is in accordance with applicable law.
    The contract will be awarded to the successful tenderer and will continue in force until the completion of the Services (see the procurement documents for further details). Section II.2.7) sets out the estimated duration of activities (i), (ii) and (iii) above and excludes activity (iv), the licence duration and work in relation to Phases 2a and 2b which if instructed at all may occur later in time according to the wider HS2 Project programme.
    HS2 Ltd also reserves the right to award a contract or contracts for part of the scope only or not to award any contract at all. The figure in II.2.6) excludes work relating to Phases 2a and 2b.
    Adresse des Bauherren UK-B4 6GA Birmingham
    TED Dokumenten-Nr. 60200-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Birmingham: Railway engineering services

      2017/S 033-060200

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      High Speed Two (HS2) Limited
      2 Snowhill, Queensway
      Birmingham
      B4 6GA
      United Kingdom
      Contact person: HS2 Procurement
      Telephone: +44 2079443000
      E-mail: MjE0WmUkYmRhVWdkV19XYGYyWmUkIGFkWSBnXQ==
      NUTS code: UK

      Internet address(es):

      Main address: https://www.hs2.org.uk

      Address of the buyer profile: http://www.hs2.org.uk

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://hs2.bravosolution.co.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://hs2.bravosolution.co.uk
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Railway services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Overhead Catenary System (OCS) Licence and Associated Services Procurement.

       

      Reference number: 959
      II.1.2)Main CPV code
      71311230
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      High Speed Two (HS2) Limited (HS2)seeks tenders from suitably qualified and experienced organisations to provide an OCS system to enable the provision of electrical traction power to its rolling stock, as well as to provide professional development and support services in relation to that system.

       

      II.1.5)Estimated total value
      Value excluding VAT: 2 600 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      79415200
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      UK — England.

       

      II.2.4)Description of the procurement:

       

      High Speed Two (HS2) Limited (HS2) is the body responsible for developing and promoting the new high speed railway system known as High Speed Two (HS2). Current planning is for HS2 to run between London and Birmingham (Phase 1) Followed by the Birmingham to Crewe link (Phase 2a) 1 year later, with the remaining Crewe to Manchester and Birmingham to Leeds links (Phase 2b) 6 years thereafter.

      This procurement is 1 of a number of procurements and arrangements being established to deliver the HS2 project. In particular, it is part of the tranche of work known as Railway Systems which includes signalling, communications, power and track. Within Railway Systems is the requirement to design and install the overhead catenary system (OCS).

      It is anticipated that the wider Railway Systems work will form the subject of separate procurement(s) and be advertised in the OJEU in due course in accordance with HS2's wider programme. Nevertheless, HS2 sees important benefits in the early identification of the OCS to be used. These include the earlier provision of developed and detailed design information to HS2's main works civils contractors as well as the inclusion of more detailed information about the proposed system in the Railway Systems procurement documents.

      HS2 Ltd therefore seeks to procure at this time through this procurement the following package of work:

      (i) The licensing to HS2 Ltd (and any relevant third parties as specified in the procurement documents) of a TSI-compliant OCS system which is able to achieve and support operations at 360 km/h across all potential phases of the HS2 project. The licence will permit those relevant activities set out in the procurement documents including related design development, construction, installation and maintenance of the system;

      (ii) Such upgrading and development work directly necessary to allow an OCS system to attain the standards in (i) above. Whilst HS2 Ltd encourages any solution which meets its requirements set out in the procurement documents for the system, it understands that a number of suppliers have already developed systems that are in its view close to having attained such performance standards. It therefore anticipates (but does not require) that this element of work may take the form of upgrading and development rather than designing and developing an entirely new system. The attention of would-be tenderers is drawn to the programming and budget constraints identified in the procurement documents;

      (iii) To provide a concept layout design for use of the system on Phase 1 (and potentially Phases 2a and 2b through (iv) below) of the HS2 project;

      (iv) Ongoing technical support services as described in the procurement documents.

      Full details of the contract scope are set out in the procurement documents (see VI.3) below). HS2 Ltd reserves the right to amend this scope as may be provided for in the procurement documents provided this is in accordance with applicable law.

      The contract will be awarded to the successful tenderer and will continue in force until the completion of the Services (see the procurement documents for further details). Section II.2.7) sets out the estimated duration of activities (i), (ii) and (iii) above and excludes activity (iv), the licence duration and work in relation to Phases 2a and 2b which if instructed at all may occur later in time according to the wider HS2 Project programme.

      HS2 Ltd also reserves the right to award a contract or contracts for part of the scope only or not to award any contract at all. The figure in II.2.6) excludes work relating to Phases 2a and 2b.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 2 600 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Full details are set out in the procurement documents and mainly relate to providing for potential future phases of the HS2 project through the Task Order mechanism in the Contract.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      As set out in the procurement documents.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.4)Objective rules and criteria for participation
      List and brief description of rules and criteria:

       

      As set out in the procurement documents.

       

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:

       

      As set out in the procurement documents.

       

      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

       

      As set out in the procurement documents.

       

      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

       

      HS2 Ltd will accept 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 tender stage, but reserves the right to require the final contract is entered into with a single legal entity or that all participants in a consortium are jointly and severally liable for all the obligations of the contractor under the contract.

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      As set out in the procurement documents.

       

      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Negotiated procedure with prior call for competition
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 02/03/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 23/03/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 4 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      Further information about the HS2 project is available at www.hs2.org.uk

      All values in this notice are estimates and based on 2016 prices.

      Interested economic operators are required to express an interest by submitting a pre-qualification questionnaire (PQQ) through the eSourcing portal (www.hs2.bravosolution.co.uk). The full procurement documents (including the technical specifications, proposed contract documents and full instructions for how to submit a compliant tender) are also available on the HS2 eSourcing portal. Please register (unless previously registered) using the Register now link on www.hs2.bravosolution.co.uk and follow the directions. A help-desk is available on +44 800 368 4850 or MjEzW1hfYzNVZVRpYmZiX2hnXGJhIVZiIWhe

      There is no limit on the number of economic operators who may be invited to tender but all those invited must have passed the PQQ selection process described in the procurement documents.

      Tenderers must allow sufficient time for uploading their full PQQs and tenders. HS2 Ltd reserves the right to reject any PQQ or tender not submitted in full before the relevant submission deadline.

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

      All interested organisations shall be solely responsible and liable for all costs associated with and arising out of or in connection with responding to this notice and/or submitting any tender, howsoever incurred.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court
      The Royal Courts of Justice, The Strand
      London
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      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.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      14/02/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 16.02.2017
Zuletzt aktualisiert 16.02.2017
Wettbewerbs-ID 2-256481 Status Kostenpflichtig
Seitenaufrufe 173