Notice Information
Notice Title
Washwood Heath Railway Systems Maintenance Depot (WWH) & Network Integrated Control Centre (NICC) for HS2 Phase One
Notice Description
Washwood Heath Depot (WWH) & Netwoirk Integrated Control Centre (NICC)
Lot Information
Lot 1
The WWH & NICC Contractor will be responsible for the design, fabrication, assembly, supply, construction, installation, supervision, inspection, testing, system commissioning and safety authorisation of a rolling stock depot and the design, build and commissioning of a Network Integrated Control Centre at Washwood Heath in Birmingham (including maintenance of all the works up to their completion). A more detailed description of scope is set out in the PQQ and full details of HS2 Ltd's requirements will appear in the Works Information in the ITT. Scope includes: - A maintenance building located within the depot - building foundations, substructure, superstructure, cladding, lighting, acoustics, heating, ventilation, drainage and power connections, utility connections, welfare and domestic provisions, building security and a building management system. The maintenance building will contain light and heavy maintenance plant and equipment facilities (gantry cranes, mono rail cranes, access gantries, access pits, inspection and maintenance roads, heavy cleaning facility, heavy lift and bogie drop facilities, depot offices, depot control centre, pantograph test facility, biohazard facility, building management system and workshop and storage areas etc); - Depot infrastructure including: reception/departure roads, track/permanent way, test track, switches & crossings, overhead catenary system, stabling/cleaning sidings, depot signalling system, depot protection system, telecoms system, automatic vehicle inspection units, wheel lathe(s), carriage wash machines, toilet emptying facilities, platforms, walkways, train crew booking facilities and a separate heavy cleaning facility. Provision of non-traction High Voltage and Low Voltage power network for all plant, equipment and buildings and all Protection & Controls and Supervisory Control and Data Acquisition associated with the traction and non-traction switchgear. Provision of all mechanical and electrical systems throughout the depot and associated buildings; - A Network Integrated Control Centre building located within the depot area, including building foundations, substructure, superstructure, cladding, lighting, acoustics, heating, ventilation, drainage and power connections, utility connections, operational and incident control rooms, training and IT systems room, offices, ancillary rooms, welfare and domestic provisions, building services, building security and a building management system; - Car parking facilities, gatehouse, site security and lighting within the depot area and the provision of site drainage and all utilities related to the depot and connections to the main utility networks; - Design integration with the other HS2 Ltd contractors (Rail Systems, Civils, Rolling Stock and the Depot Facility Owner (DFO)); - For the depot, co-ordination of the fit-out works by contractor(s) appointed by the Rolling Stock Manufacturer and Maintainer/DFO. The Rolling Stock Manufacturer and Maintainer is being procured as a separate HS2 Ltd contract; - For the NICC, co-ordination of the fit-out for the HS2 Ltd Rail Systems packages up until the completion of the depot works. On completion of the depot works, the Principal Contractor duties for co-ordinating the fit-out and testing and commissioning of the NICC will transfer from the depot contractor to the HS2 Ltd Rail Systems packages; and - Ongoing technical support services, materials, spares, etc. of proprietary systems may be required from the relevant supplier after handover. Other than such proprietary systems, post completion, it is expected that the maintenance of the depot and NICC will be undertaken by the HS2 infrastructure manager / DFO and will not be procured through the Depot and NICC contract.The WWH & NICC Contractor will be the 'Principal Contractor' of the depot site and the NICC, responsible for construction integration, with the depot site being handed over to the WWH & NICC Contractor in stages.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0293b4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/003149-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
14 - Mining, basic metals and related products
31 - Electrical machinery, apparatus, equipment and consumables; lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
42 - Industrial machinery
43 - Machinery for mining, quarrying, construction equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
14210000 - Gravel, sand, crushed stone and aggregates
14212310 - Ballast
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
31214000 - Switchgear
31321300 - High-voltage cable
31682540 - Substation equipment
32524000 - Telecommunications system
34928200 - Fences
34940000 - Railway equipment
34941200 - Track rails
34941600 - Crossovers
34941800 - Railway points
34942000 - Signalling equipment
34944000 - Points heating system
34946000 - Railway-track construction materials and supplies
34946100 - Railway-track construction materials
34946110 - Rails
34947000 - Sleepers and parts of sleepers
35120000 - Surveillance and security systems and devices
42416100 - Lifts
42512300 - HVAC packages
43500000 - Track-laying vehicles
44113000 - Road-construction materials
44115800 - Building internal fittings
45112700 - Landscaping work
45210000 - Building construction work
45213260 - Stores depot construction work
45221211 - Underpass
45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45232210 - Overhead line construction
45232450 - Drainage construction works
45232452 - Drainage works
45233120 - Road construction works
45233162 - Cycle path construction work
45234100 - Railway construction works
45234112 - Railway depot construction work
45234116 - Track construction works
45234130 - Ballast construction works
45234160 - Catenary's construction works
45262300 - Concrete work
45314300 - Installation of cable infrastructure
45315400 - High voltage installation work
45351000 - Mechanical engineering installation works
50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
51100000 - Installation services of electrical and mechanical equipment
71320000 - Engineering design services
71334000 - Mechanical and electrical engineering services
Notice Value(s)
- Tender Value
- £275,000,000 £100M-£1B
- Lots Value
- £275,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Feb 20215 years ago
- Submission Deadline
- 31 Mar 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 15 Mar 2023 - 14 Mar 2028 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HS2
- Contact Name
- HS2 Procurement
- Contact Email
- scc@hs2.org.uk
- Contact Phone
- +44 7775012976
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
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-h6vhtk-0293b4-2021-02-16T22:56:06Z",
"date": "2021-02-16T22:56:06Z",
"ocid": "ocds-h6vhtk-0293b4",
"description": "1) To express interest in this procurement, Applicants must complete the PQQ on the HS2 eSourcing Portal strictly in accordance with the submission deadline in the Procurement Documents (PQ Application Deadline) which is a precise time and Applicants should allow sufficient time to upload their PQ Applications. 2) An Applicant may be a single organisation or a Consortium, as detailed in the PQP. 3) An Applicant may only submit one PQ Application. 4) If an Applicant is invited to tender following the PQQ stage, it is referred to as a Tenderer. 5) Whilst this contract is categorised as a Works contract for purposes of this notice, its scope also contains significant elements of supplies and services as set out in Procurement Documents. 6) Section II.2.7: timescales in this Contract Notice are estimated based on current HS2 Ltd programme but may be subject to change. 7) A response to this Contract Notice does not guarantee 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 a contract arising out of the procedures envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice or procedures envisaged by it. Any contract let by HS2 Ltd may provide that the scope or duration of the contract may be extended at HS2 Ltd's discretion. HS2 Ltd reserves the right to vary its requirements and the procedure relating to the conduct of the award process. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in PQP. 8) Applicants shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice, PQQ and tender, howsoever incurred. 9) HS2 Ltd embraces diversity and welcomes PQ Applications from all suitably skilled and experienced economic operators of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. HS2 Ltd will actively promote sustainable procurement throughout its supply chain and welcomes PQ Applications committed to principles of reducing, reusing and recycling resources and to practices of buying responsibly. 10) All dates set out in this notice are indicative and based on the current programme. HS2 Ltd reserves the right to amend and refine this timetable and full details will appear in the tender documentation. 11) Applicants must allow sufficient time for uploading their full PQ Applications. HS2 Ltd reserves the right to reject any PQ Application that is not submitted in full before the relevant submission deadline. 12) HS2 Ltd reserves the right to require submission of any additional, supplemental or clarification information as it may, in its absolute discretion, consider appropriate. 13) Access to PQP documentation will be conditional upon Applicants confirming that they will comply with all corresponding confidentiality obligations applicable to this procurement - confirmation must be provided via the HS2 Ltd eSourcing Portal. Further information can be obtained at: https://hs2.bravosolution.co.uk. In addition all Applicants will be required to complete and submit a signed Confidentiality Agreement as part of their PQ Application in order to access the ITT Documents in the event that an Applicant is shortlisted for the ITT stage. 14) Terms with an initial capital letter used in this Contract Notice, the PQP and the PQQ have the meanings given in PQP Section 1.3. 15) For further assistance with the HS2 eSourcing Portal, contact JAGGAER Advantage helpdesk which is available Monday to Friday (8:00-18:00) GMT on: Email -- help@bravosolution.co.uk or Telephone +44 8003684850. 16) Applicants should be aware that HS2 Ltd reserves the right to omit work from and/or vary the scope of the Contract (including without limitation to give this work to another",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0293b4",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Washwood Heath Railway Systems Maintenance Depot (WWH) & Network Integrated Control Centre (NICC) for HS2 Phase One",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45234112",
"description": "Railway depot construction work"
},
"mainProcurementCategory": "works",
"description": "Washwood Heath Depot (WWH) & Netwoirk Integrated Control Centre (NICC)",
"value": {
"amount": 275000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The WWH & NICC Contractor will be responsible for the design, fabrication, assembly, supply, construction, installation, supervision, inspection, testing, system commissioning and safety authorisation of a rolling stock depot and the design, build and commissioning of a Network Integrated Control Centre at Washwood Heath in Birmingham (including maintenance of all the works up to their completion). A more detailed description of scope is set out in the PQQ and full details of HS2 Ltd's requirements will appear in the Works Information in the ITT. Scope includes: - A maintenance building located within the depot - building foundations, substructure, superstructure, cladding, lighting, acoustics, heating, ventilation, drainage and power connections, utility connections, welfare and domestic provisions, building security and a building management system. The maintenance building will contain light and heavy maintenance plant and equipment facilities (gantry cranes, mono rail cranes, access gantries, access pits, inspection and maintenance roads, heavy cleaning facility, heavy lift and bogie drop facilities, depot offices, depot control centre, pantograph test facility, biohazard facility, building management system and workshop and storage areas etc); - Depot infrastructure including: reception/departure roads, track/permanent way, test track, switches & crossings, overhead catenary system, stabling/cleaning sidings, depot signalling system, depot protection system, telecoms system, automatic vehicle inspection units, wheel lathe(s), carriage wash machines, toilet emptying facilities, platforms, walkways, train crew booking facilities and a separate heavy cleaning facility. Provision of non-traction High Voltage and Low Voltage power network for all plant, equipment and buildings and all Protection & Controls and Supervisory Control and Data Acquisition associated with the traction and non-traction switchgear. Provision of all mechanical and electrical systems throughout the depot and associated buildings; - A Network Integrated Control Centre building located within the depot area, including building foundations, substructure, superstructure, cladding, lighting, acoustics, heating, ventilation, drainage and power connections, utility connections, operational and incident control rooms, training and IT systems room, offices, ancillary rooms, welfare and domestic provisions, building services, building security and a building management system; - Car parking facilities, gatehouse, site security and lighting within the depot area and the provision of site drainage and all utilities related to the depot and connections to the main utility networks; - Design integration with the other HS2 Ltd contractors (Rail Systems, Civils, Rolling Stock and the Depot Facility Owner (DFO)); - For the depot, co-ordination of the fit-out works by contractor(s) appointed by the Rolling Stock Manufacturer and Maintainer/DFO. The Rolling Stock Manufacturer and Maintainer is being procured as a separate HS2 Ltd contract; - For the NICC, co-ordination of the fit-out for the HS2 Ltd Rail Systems packages up until the completion of the depot works. On completion of the depot works, the Principal Contractor duties for co-ordinating the fit-out and testing and commissioning of the NICC will transfer from the depot contractor to the HS2 Ltd Rail Systems packages; and - Ongoing technical support services, materials, spares, etc. of proprietary systems may be required from the relevant supplier after handover. Other than such proprietary systems, post completion, it is expected that the maintenance of the depot and NICC will be undertaken by the HS2 infrastructure manager / DFO and will not be procured through the Depot and NICC contract.The WWH & NICC Contractor will be the 'Principal Contractor' of the depot site and the NICC, responsible for construction integration, with the depot site being handed over to the WWH & NICC Contractor in stages.",
"value": {
"amount": 275000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2023-03-15T00:00:00Z",
"endDate": "2028-03-14T23:59:59Z"
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "Applicants are referred to the Pre-Qualification Pack (PQP) for information on HS2 Ltd's criteria for selecting Applicants to be invited to tender. HS2 Ltd expects to select four (4) Applicants to tender, but reserves the right in its absolute discretion to select greater or fewer Applicants to tender, as set out in detail in the PQP."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "14210000",
"description": "Gravel, sand, crushed stone and aggregates"
},
{
"scheme": "CPV",
"id": "14212310",
"description": "Ballast"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "31214000",
"description": "Switchgear"
},
{
"scheme": "CPV",
"id": "31321300",
"description": "High-voltage cable"
},
{
"scheme": "CPV",
"id": "31682540",
"description": "Substation equipment"
},
{
"scheme": "CPV",
"id": "32524000",
"description": "Telecommunications system"
},
{
"scheme": "CPV",
"id": "34928200",
"description": "Fences"
},
{
"scheme": "CPV",
"id": "34940000",
"description": "Railway equipment"
},
{
"scheme": "CPV",
"id": "34941200",
"description": "Track rails"
},
{
"scheme": "CPV",
"id": "34941600",
"description": "Crossovers"
},
{
"scheme": "CPV",
"id": "34941800",
"description": "Railway points"
},
{
"scheme": "CPV",
"id": "34942000",
"description": "Signalling equipment"
},
{
"scheme": "CPV",
"id": "34944000",
"description": "Points heating system"
},
{
"scheme": "CPV",
"id": "34946000",
"description": "Railway-track construction materials and supplies"
},
{
"scheme": "CPV",
"id": "34946100",
"description": "Railway-track construction materials"
},
{
"scheme": "CPV",
"id": "34946110",
"description": "Rails"
},
{
"scheme": "CPV",
"id": "34947000",
"description": "Sleepers and parts of sleepers"
},
{
"scheme": "CPV",
"id": "35120000",
"description": "Surveillance and security systems and devices"
},
{
"scheme": "CPV",
"id": "42416100",
"description": "Lifts"
},
{
"scheme": "CPV",
"id": "42512300",
"description": "HVAC packages"
},
{
"scheme": "CPV",
"id": "43500000",
"description": "Track-laying vehicles"
},
{
"scheme": "CPV",
"id": "44113000",
"description": "Road-construction materials"
},
{
"scheme": "CPV",
"id": "44115800",
"description": "Building internal fittings"
},
{
"scheme": "CPV",
"id": "45112700",
"description": "Landscaping work"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45213260",
"description": "Stores depot construction work"
},
{
"scheme": "CPV",
"id": "45221211",
"description": "Underpass"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45232210",
"description": "Overhead line construction"
},
{
"scheme": "CPV",
"id": "45232450",
"description": "Drainage construction works"
},
{
"scheme": "CPV",
"id": "45232452",
"description": "Drainage works"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45233162",
"description": "Cycle path construction work"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "45234130",
"description": "Ballast construction works"
},
{
"scheme": "CPV",
"id": "45234160",
"description": "Catenary's construction works"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45314300",
"description": "Installation of cable infrastructure"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45351000",
"description": "Mechanical engineering installation works"
},
{
"scheme": "CPV",
"id": "50200000",
"description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Washwood Heath UK"
},
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://hs2.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Applicants are referred to the PQP and Pre-Qualification Questionnaire(PQQ) for information about conditions for participation",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Applicants are referred to the PQP and PQQ for information about HS2 Ltd's requirements and Minimum Standards in relation to technical and professional ability for this procurement.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Applicants are referred to the PQP for details",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"invitationDate": "2021-09-02T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-03-31T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 540
}
},
"hasRecurrence": false,
"reviewDetails": "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."
},
"parties": [
{
"id": "GB-FTS-5897",
"name": "HS2",
"identifier": {
"legalName": "HS2",
"id": "06791686"
},
"address": {
"streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
"locality": "Birmingham",
"region": "UK",
"postalCode": "B4 6GA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "HS2 Procurement",
"telephone": "+44 7775012976",
"email": "SCC@hs2.org.uk",
"url": "https://hs2.bravosolution.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/high-speed-two-limited",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Rail Systems"
}
]
}
},
{
"id": "GB-FTS-5898",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC2a 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 20794760000",
"email": "royalcourtsofjustice.jc@citizensadvice.org.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice"
}
}
],
"buyer": {
"id": "GB-FTS-5897",
"name": "HS2"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:374948-2016:TEXT:EN:HTML"
}
],
"language": "en"
}