Notice Information
Notice Title
Asset Management Delivery Strategy
Notice Description
High Speed Two (HS2) Limited (HS2 Ltd) intends to procure a Contract for an Asset Management Delivery Strategy. The High Speed Two project (HS2 Ltd) is the Government's proposal for a new, high speed, north-south railway. Phase One will connect London with Birmingham and the West Midlands; Phase Two will extend the route to Manchester, Leeds and beyond. The High Speed Two (HS2) Ltd Infrastructure Maintenance team within the Operations and Infrastructure Management Directorate have a HS2 Ltd Asset Management Policy and Framework. This Policy and Framework sets out the; - Infrastructure Management Strategy (IMS) - Asset Management Policy (AMP) - Strategic Asset Management Plan (SAMP) - Asset Management Delivery Strategy (AMDS) - Routewide Maintenance Facilities - Infrastructure Measurement and Monitoring Strategy (IMMS) - Assured Service Delivery sub-concept (ASD) HS2 Ltd now require support in the review and development of the HS2 Ltd Asset Management Delivery Strategy to further expand the Asset Management Policy and Framework established by HS2 Ltd. The core deliverables of this contract are split into the following 3 requirements; - Requirement 1 - To review the current Asset Management Delivery Strategy; - Requirement 2 - To ascertain an appropriate (Reliability Centered Maintenance) RCM strategy and to create Whole Life Asset Templates (WLAT) for a number of discipline groups. - Requirement 3 - To estimate the lifecycle of HS2 Ltd assets and to create a suite of Asset Management Delivery Plans (AMDPs) that establish the attributes of each specific asset group, including the required functionality and interventions that will be planned and undertaken throughout the asset lifecycle.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-172a4c13-9c82-4b93-a43c-178f3cba2aa1
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/0fd64825-7e91-4bd8-a50e-f6753902436b
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not applicable
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71621000 - Technical analysis or consultancy services
Notice Value(s)
- Tender Value
- £220,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 May 20187 years ago
- Submission Deadline
- 7 Jun 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 8 Jul 2018 - 8 Apr 2019 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HS2
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BIRMINGHAM
- Postcode
- B4 6GA
- Post Town
- Birmingham
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG31 Birmingham
- Delivery Location
- Not specified
-
- Local Authority
- Birmingham
- Electoral Ward
- Ladywood
- Westminster Constituency
- Birmingham Ladywood
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/0fd64825-7e91-4bd8-a50e-f6753902436b
18th May 2018 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-172a4c13-9c82-4b93-a43c-178f3cba2aa1-2018-05-18T09:19:45+01:00",
"date": "2018-05-18T09:19:45+01:00",
"ocid": "ocds-b5fd17-172a4c13-9c82-4b93-a43c-178f3cba2aa1",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_169162/675058",
"title": "Asset Management Delivery Strategy",
"description": "High Speed Two (HS2) Limited (HS2 Ltd) intends to procure a Contract for an Asset Management Delivery Strategy. The High Speed Two project (HS2 Ltd) is the Government's proposal for a new, high speed, north-south railway. Phase One will connect London with Birmingham and the West Midlands; Phase Two will extend the route to Manchester, Leeds and beyond. The High Speed Two (HS2) Ltd Infrastructure Maintenance team within the Operations and Infrastructure Management Directorate have a HS2 Ltd Asset Management Policy and Framework. This Policy and Framework sets out the; - Infrastructure Management Strategy (IMS) - Asset Management Policy (AMP) - Strategic Asset Management Plan (SAMP) - Asset Management Delivery Strategy (AMDS) - Routewide Maintenance Facilities - Infrastructure Measurement and Monitoring Strategy (IMMS) - Assured Service Delivery sub-concept (ASD) HS2 Ltd now require support in the review and development of the HS2 Ltd Asset Management Delivery Strategy to further expand the Asset Management Policy and Framework established by HS2 Ltd. The core deliverables of this contract are split into the following 3 requirements; - Requirement 1 - To review the current Asset Management Delivery Strategy; - Requirement 2 - To ascertain an appropriate (Reliability Centered Maintenance) RCM strategy and to create Whole Life Asset Templates (WLAT) for a number of discipline groups. - Requirement 3 - To estimate the lifecycle of HS2 Ltd assets and to create a suite of Asset Management Delivery Plans (AMDPs) that establish the attributes of each specific asset group, including the required functionality and interventions that will be planned and undertaken throughout the asset lifecycle.",
"datePublished": "2018-05-18T09:19:45+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 220000,
"currency": "GBP"
},
"procurementMethodDetails": "Not applicable",
"tenderPeriod": {
"endDate": "2018-06-07T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2018-07-09T00:00:00+01:00",
"endDate": "2019-04-08T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/0fd64825-7e91-4bd8-a50e-f6753902436b",
"datePublished": "2018-05-18T09:19:45+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-53761",
"name": "HS2",
"identifier": {
"legalName": "HS2"
},
"address": {
"streetAddress": "Two Snowhill, Queensway",
"locality": "Birmingham",
"postalCode": "B4 6GA",
"countryName": "England"
},
"contactPoint": {
"name": "Patrick Lane",
"email": "patrick.lane@hs2.org.uk"
},
"details": {
"url": "https://hs2.bravosolution.co.uk/web/login.html"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-53761",
"name": "HS2"
}
}