Tender

HS2 Phase 1 Stations: Interchange Station Two-Stage Design and Build Contract and Framework Agreement

HS2

This public procurement record has 1 release in its history.

Tender

04 Jun 2021 at 21:45

Summary of the contracting process

The procurement process for the design and build contract and framework agreement for HS2 Phase 1 Stations, specifically the Interchange Station, is being conducted by HS2 Ltd. Located in Solihull, this tender is classified under the CPV category for buildings associated with transport. The current stage of procurement is the Tender phase, with the submission deadline set for 5th July 2021. Interested applicants are required to express their interest via the HS2 eSourcing portal, and the estimated value of the contract is £370 million, with the contract period extending until 31st December 2029.

This tender presents substantial opportunities for growth, particularly for construction firms specialising in large infrastructure projects, design services, and engineering. Businesses that focus on sustainable practices and have experience with public sector contracts will be well-suited to compete in this process. HS2 Ltd encourages applications from businesses of all sizes, promoting diversity and sustainable procurement throughout the supply chain, making this an appealing opportunity for economic operators committed to environmental and social governance.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

HS2 Phase 1 Stations: Interchange Station Two-Stage Design and Build Contract and Framework Agreement

Notice Description

This procurement is for HS2 Phase 1 Stations: Interchange Station two-stage design and build contract and relates to the new Midlands Station to be constructed in the Interchange Triangle, bounded by the M42 Motorway, the A452 Chester Road and the A45 Coventry Road, Solihull. The Contract will be for the design and build of the Interchange Station to budget and programme, including commissioning and associated works and services. As part of the Design Services to be provided under the Contract, the Contractor will be responsible for the design, including design to date. It is for the Contractor to satisfy itself of design suitability. Following the Station build, the Contractor will remain responsible for the site and for maintaining the works until delivery in to passenger service. The Scope (including Third Party Stakeholder Scope, "Outcomes") is described in the Pre-Qualification Pack ('PQP') and accompanying procurement documents. As well as awarding the Contract, HS2 Ltd will also enter into a Framework Agreement with unsuccessful Tenderers whose technical submissions at ITT stage achieve a minimum threshold evaluation score (see Section II.2.11 below and PQP Heads of Terms for further information.

Lot Information

Lot 1

Procurement of a two-stage design and build contractor (the Contractor) for the successful delivery of the new HS2 station to be located [in triangle of land formed by the M42, A45 and A452 in the Parish of Bickenhill within the borough of Solihull]. The Contractor will be appointed to design and build the new HS2 Station at Interchange to budget and programme. The procurement is also for the award of a framework agreement as described in section II.1.4) (Short description) above. Further information on the scope of the Contract, the framework agreement and the procurement is included in the PQP and accompanying procurement documents. Additional information: Applicants are referred to VI.3) Additional information in this Contract Notice below.

Options: Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Contract (and the Framework Agreement). As further described in the PQP, Applicants should note in particular that: 1) Optional Scope (i) HS2 Ltd reserves the right to instruct optional scope to include possible third party scope described in PQP Outline Scope, comprising the works and services described in Section 3 of the PQP Outline Scope as third party stakeholder scope Outcomes; (ii) as described in PQP Outline Scope, the Optional Scope is currently being defined and confirmed. Therefore, HS2 Ltd reserves the right to either include, exclude or adjust the scope (in whole or in part) as part of the Contract (or the Framework Agreement) either during the procurement process prior to contract award or post award as an anticipated post contract modification; (iii) If instructed by HS2 Ltd at its sole and absolute discretion, such Optional Scope would be undertaken by the Contractor in accordance with the Contract (or the Framework Agreement) and the rates and prices and % fee submitted by the successful Tenderer will be applied to inform and calculate the price payable for undertaking such Optional Scope. 2) Step-in, replacement, or omission of scope. HS2 Ltd will reserve the right to require collateral warranties from the Contractor itself and any sub-contractors for the benefit of HS2 Ltd and/or for the benefit of Others. HS2 Ltd will reserve the right to "step-in" to correct defects (at the Contractor's expense) or to omit Scope. Key sub-contractors will be required to provide collateral warranties permitting step-in by the Employer or assignment to Others to facilitate this. HS2 Ltd will also reserve the right in certain scenarios to step-in and rescue and step-out or to step-in to the Contractor's appointment following a termination and to step-in to Subcontracts as Employer. Further details on the precise termination and step in and sub-contractor rules and information on rights to omit Scope will be described by HS2 Ltd in the procurement documents to be provided to Tenderers at ITT stage. 3) Secondees The Contract will provide that a Contractor's employees may be seconded to HS2 Ltd to assist HS2 Ltd in managing the HS2 project (which could include managing works during any step-in period). 4) Framework Agreement As described at section II.1.4) (Short description) above, as well as awarding the Contract, HS2 Ltd will enter into a Framework Agreement for resilience and assurance purposes. The Framework Agreement will be awarded in accordance with UCR 2016 (as amended), reg. 51 (Framework agreements) and will be for the same duration as the Contract, for a period of less than 8 years. Further information in relation to the scope, the Framework Agreement, HS2 Ltd's resilience measures and HS2 Ltd's options is included in the PQP.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b8ba
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012617-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

45 - Construction work

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support


CPV Codes

31300000 - Insulated wire and cable

31600000 - Electrical equipment and apparatus

45211360 - Urban development construction work

45213300 - Buildings associated with transport

45213310 - Construction work for buildings relating to road transport

45213320 - Construction work for buildings relating to railway transport

45213321 - Railway station construction work

45213322 - Rail terminal building construction work

45221000 - Construction work for bridges and tunnels, shafts and subways

45300000 - Building installation work

71000000 - Architectural, construction, engineering and inspection services

71200000 - Architectural and related services

71300000 - Engineering services

71400000 - Urban planning and landscape architectural services

71500000 - Construction-related services

72242000 - Design-modelling services

Notice Value(s)

Tender Value
£370,000,000 £100M-£1B
Lots Value
£370,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Jun 20214 years ago
Submission Deadline
5 Jul 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

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
TLG West Midlands (England)

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-02b8ba-2021-06-04T22:45:02+01:00",
    "date": "2021-06-04T22:45:02+01:00",
    "ocid": "ocds-h6vhtk-02b8ba",
    "description": "1) Terms with an initial capital letter used in this Contract Notice, the PQP and the PQQ have the meanings given in PQP Manual, Appendix 4 (Glossary of Terms ). 2) To express interest in the Contract (and Framework Agreement), Applicants must complete the PQQ on the HS2 eSourcing portal strictly in accordance with the submission deadline for PQ Applications stated in the PQP (PQ Application deadline). Please note that the PQ Application deadline is a precise time and Applicants should allow sufficient time to upload their PQ Applications. 3) An Applicant may be a single organisation or a Consortium. An Applicant may only submit one PQQ Application. A particular economic operator may not apply as more than one Applicant, whether as a single Applicant or as a Party to one or more consortia. Applicants should note that this restriction does not apply to Subcontractors. See further information in 5A PQP Manual Section 2. 4) All Applicants are required to express an interest by registering on the HS2 eSourcing portal (https://hs2.bravosolution.co.uk). Registering is only required once. 5) For further assistance contact the BravoSolution helpdesk which is available Monday to Friday (8:00 --18:00) GMT on: Email -- help_uk@jaggaer.com or Telephone +44 800 069 8630. 6) Section II.2.6) (Estimated value): the value of the Contract (and Framework Agreement) is estimated and based on quarter 3 2021 prices . The estimated value includes the total of the scope and any Optional Scope as described in PQP 1B Outline Scope). 7) Section II.2.7) (Duration of the contract): timescales in this Contract Notice are estimated based on the current HS2 Ltd programme but may be subject to change; 8) Section IV.1.1) (Type of procedure): HS2 Ltd is procuring the Contract (and Framework Agreement) in accordance with the negotiated procedure with prior call for competition pursuant to UCR 2016, reg. 47 although, as stated in the PQP (Applicants Guide), HS2 Ltd reserves the right not to conduct negotiations with Tenderers. 9) 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 (or framework agreement) arising out of the procedures envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice or the procedures envisaged by it. Any Contract (or Framework Agreement) let by HS2 Ltd may provide that the scope or duration of the Contract (or Framework Agreement) 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 the PQP. 10) Applicants and Tenderers 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 and any PQQ and with submitting any tender, howsoever incurred. 11) 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 from economic operators committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02b8ba",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "HS2 Phase 1 Stations: Interchange Station Two-Stage Design and Build Contract and Framework Agreement",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45213300",
            "description": "Buildings associated with transport"
        },
        "mainProcurementCategory": "works",
        "description": "This procurement is for HS2 Phase 1 Stations: Interchange Station two-stage design and build contract and relates to the new Midlands Station to be constructed in the Interchange Triangle, bounded by the M42 Motorway, the A452 Chester Road and the A45 Coventry Road, Solihull. The Contract will be for the design and build of the Interchange Station to budget and programme, including commissioning and associated works and services. As part of the Design Services to be provided under the Contract, the Contractor will be responsible for the design, including design to date. It is for the Contractor to satisfy itself of design suitability. Following the Station build, the Contractor will remain responsible for the site and for maintaining the works until delivery in to passenger service. The Scope (including Third Party Stakeholder Scope, \"Outcomes\") is described in the Pre-Qualification Pack ('PQP') and accompanying procurement documents. As well as awarding the Contract, HS2 Ltd will also enter into a Framework Agreement with unsuccessful Tenderers whose technical submissions at ITT stage achieve a minimum threshold evaluation score (see Section II.2.11 below and PQP Heads of Terms for further information.",
        "value": {
            "amount": 370000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Procurement of a two-stage design and build contractor (the Contractor) for the successful delivery of the new HS2 station to be located [in triangle of land formed by the M42, A45 and A452 in the Parish of Bickenhill within the borough of Solihull]. The Contractor will be appointed to design and build the new HS2 Station at Interchange to budget and programme. The procurement is also for the award of a framework agreement as described in section II.1.4) (Short description) above. Further information on the scope of the Contract, the framework agreement and the procurement is included in the PQP and accompanying procurement documents. Additional information: Applicants are referred to VI.3) Additional information in this Contract Notice below.",
                "value": {
                    "amount": 370000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "endDate": "2029-12-31T23:59:59Z"
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "Objective criteria for choosing the limited number of candidates: Applicants are referred to the PQP and PQQ for information on HS2 Ltd's criteria for choosing Applicants to be invited to tender for the Contract (and Framework Agreement). HS2 Ltd expects to select only the top 3 Applicants to tender for the Contract. However, HS2 Ltd reserves the right in its absolute discretion to invite fewer than three or to invite the fourth placed Applicant to tender for the Contract on the basis described in PQP Manual Section [1.7.2]"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the Contract (and the Framework Agreement). As further described in the PQP, Applicants should note in particular that: 1) Optional Scope (i) HS2 Ltd reserves the right to instruct optional scope to include possible third party scope described in PQP Outline Scope, comprising the works and services described in Section 3 of the PQP Outline Scope as third party stakeholder scope Outcomes; (ii) as described in PQP Outline Scope, the Optional Scope is currently being defined and confirmed. Therefore, HS2 Ltd reserves the right to either include, exclude or adjust the scope (in whole or in part) as part of the Contract (or the Framework Agreement) either during the procurement process prior to contract award or post award as an anticipated post contract modification; (iii) If instructed by HS2 Ltd at its sole and absolute discretion, such Optional Scope would be undertaken by the Contractor in accordance with the Contract (or the Framework Agreement) and the rates and prices and % fee submitted by the successful Tenderer will be applied to inform and calculate the price payable for undertaking such Optional Scope. 2) Step-in, replacement, or omission of scope. HS2 Ltd will reserve the right to require collateral warranties from the Contractor itself and any sub-contractors for the benefit of HS2 Ltd and/or for the benefit of Others. HS2 Ltd will reserve the right to \"step-in\" to correct defects (at the Contractor's expense) or to omit Scope. Key sub-contractors will be required to provide collateral warranties permitting step-in by the Employer or assignment to Others to facilitate this. HS2 Ltd will also reserve the right in certain scenarios to step-in and rescue and step-out or to step-in to the Contractor's appointment following a termination and to step-in to Subcontracts as Employer. Further details on the precise termination and step in and sub-contractor rules and information on rights to omit Scope will be described by HS2 Ltd in the procurement documents to be provided to Tenderers at ITT stage. 3) Secondees The Contract will provide that a Contractor's employees may be seconded to HS2 Ltd to assist HS2 Ltd in managing the HS2 project (which could include managing works during any step-in period). 4) Framework Agreement As described at section II.1.4) (Short description) above, as well as awarding the Contract, HS2 Ltd will enter into a Framework Agreement for resilience and assurance purposes. The Framework Agreement will be awarded in accordance with UCR 2016 (as amended), reg. 51 (Framework agreements) and will be for the same duration as the Contract, for a period of less than 8 years. Further information in relation to the scope, the Framework Agreement, HS2 Ltd's resilience measures and HS2 Ltd's options is included in the PQP."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31300000",
                        "description": "Insulated wire and cable"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31600000",
                        "description": "Electrical equipment and apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211360",
                        "description": "Urban development construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213320",
                        "description": "Construction work for buildings relating to railway transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213321",
                        "description": "Railway station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213322",
                        "description": "Rail terminal building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221000",
                        "description": "Construction work for bridges and tunnels, shafts and subways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71400000",
                        "description": "Urban planning and landscape architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72242000",
                        "description": "Design-modelling services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Interchange Triangle, bounded by the M42 Motorway, the A452 Chester Road and the A45 Coventry Road in the Parish of Bickenhill within the borough of Solihull"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://hs2.bravosolution.co.uk/web/index.html",
        "communication": {
            "atypicalToolUrl": "https://hs2.bravosolution.co.uk/web/index.html"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "List and brief description of conditions: Applicants are referred to the PQP and PQQ for information about conditions for participation",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "Applicants are referred to the PQP and PQQ for information about HS2 Ltd's rules and criteria for participation.",
            "requiresStaffNamesAndQualifications": true
        },
        "submissionTerms": {
            "depositsGuarantees": "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.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "contractTerms": {
            "financialTerms": "The main financing conditions, payment mechanism, performance standards and incentive mechanism will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements will be in accordance with the provisions of NEC3 Engineering and Construction Contract. (ECC) Option A: Priced contract with activity schedule) (Stage One) and Option C: Target contract with activity schedule (NEC3 ECC Option C) (Stage Two) with HS2 Ltd amendments. Further details will be provided in the ITT. Applicants are referred to the PQP and accompanying procurement documents for relevant information available at this Contract Notice stage.",
            "tendererLegalForm": "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."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2,
                "periodRationale": "N/A"
            },
            "hasElectronicAuction": true
        },
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2021-09-29T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-07-05T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-6976",
            "name": "HS2",
            "identifier": {
                "legalName": "HS2"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079443000",
                "email": "scc@hs2.org.uk",
                "url": "https://hs2.bravosolution.co.uk/web/index.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.hs2.org.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-2059",
            "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"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6976",
        "name": "HS2"
    },
    "language": "en"
}