Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityOther activity: Transport
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
HS1 Ltd — Professional Services Framework
II.1.2)Main CPV code71250000
II.1.3)Type of contractServices
II.1.4)Short description:
This Professional Services Framework will be divided into two (2) Lots.
Lot 1 — Engineering Design Support.
Lot 2 — Project Management Services therefore seeking suppliers to provide design services and engineering project management.
The procurement process will be carried out strictly in accordance with the Utilities Contracts Regulations 2016 using the restricted procedure.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Engineering Design Support Requirements
Lot No: 1
II.2.2)Additional CPV code(s)71320000
71250000
71324000
71220000
79933000
71318000
71355000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
HS1 is seeking suppliers to provide Design Services. Design Services include Architectural, Surveying Services, Costing of Works/Quantity Surveying, Communications Systems, Structural, Electrical, Mechanical, Building Services, Fire Strategy/Systems and Public Health. Design Services will be up to RIBA stage 4.
These works will develop technical understanding of the existing assets and condition to provide justification for approvals; and develop scopes, specifications and designs.
HS1 may require services from this Lot to provide engineering quality assurance checks and to discharge CDM duties including Client, Principal Designer, Principal Contractor.
HS1 also wishes to use this Framework to develop internal standards, practices and contractual requirements.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 400 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
After the 3 year duration of the contract, this may be renewed for an additional 12 months at the discretion of the Employer.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Project Management Requirements
Lot No: 2
II.2.2)Additional CPV code(s)72224000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
HS1 is looking for Engineering Project Management organisations to provide HS1 with access to skilled and experienced Project Managers to assist with the management of specific discrete engineering construction projects.
Project Managers shall have experience in delivering projects from inception to completion in Railway stations and/or large multi-use public buildings and be PRINCE 2 and/or APMP qualified and have 5 or more years of experience.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 400 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
After the 3 year duration of the contract, this may be renewed for an additional 12 months at the discretion of the Employer.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
After the 3 year duration of the contract, this may be renewed for an additional 12 months at the discretion of the Employer.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
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 participateDate: 07/06/2018
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 08/06/2018
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 tenderTender must be valid until: 14/10/2018
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyHS1 Limited
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:23/05/2018