Notice Information
Notice Title
High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Uninterruptible Power Supply components & Central Battery Systems
Notice Description
This procurement is to establish a single supplier Framework Agreement under which there will be Call-Offs for the supply, installation, testing, commissioning, and maintenance of Uninterruptible Power Supply components & Central Battery Systems primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange (base scope). These Uninterruptible Power Supply components & Central Battery Systems may also be required and called off under the Framework Agreement as optional scope at other sites (see VI.3 below). The Framework is being established for use by the Phase One Station Contractors (Supply Call-Off Contract), HS2 or an appointed Infrastructure Manager, if applicable (Maintenance Call-Off Contract) and for use by other Contracting Bodies defined in VI.3 below (both Supply and Maintenance Call-Off Contracts).
Lot Information
Lot 1
This procurement is to establish a single supplier Framework Agreement under which there will be Call-Offs for the supply, installation, testing, commissioning, and maintenance of Uninterruptible Power Supply & Central Battery Systems, primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. These Uninterruptible Power Supply & Central Battery Systems may also be required and called off under the Framework Agreement as optional Scope at other sites (see VI.3 below). The Framework is being established for use by the Phase One Station Contractors (Supply Call-Off Contract), HS2 or an appointed Infrastructure Manager, if applicable (Maintenance Call- Off Contract) and for use by other Contracting Bodies defined in VI.3 below (both Supply and Maintenance Call Off Contracts). Further information on the procurement and on the scope (both base and optional), Contracting Bodies and anticipated timing and value of Call-Off Contracts is included in the PQP documents (Heads of Terms and Outline Scope documents). Additional information: Applicants are referred to VI.3) Additional information in this Contract Notice below.
Options: HS2 Ltd reserves the right to omit and/or vary the scope. As further described in the PQP documents and in the accompanying Outline Scope document, Applicants should note in particular that the scope may include optional projects as described in II.2.11)1) below: 1) Other Contracting Bodies, as described in VI.3) part 6) (at their sole and absolute discretion) can enter a Supply and Installation Call-Off Contract and a Maintenance Call-Off Contract with the successful Tenderer. The prices submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking the Optional Project. 2) Option to extend the term of the Framework Agreement The term of the Framework Agreement will be for an initial term of eight years although HS2 Ltd reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of ten years. HS2 Ltd reserves the right to extend the term of the Framework Agreement from eight to ten years if one or more Station Contracts is delayed so that the anticipated timing of the Call-Offs set out in the Outline Scope document cannot be achieved within the initial eight-year term. The justification for any such extension beyond the initial eight-year term of the Framework Agreement is to ensure that HS2 Ltd can use the Framework Agreement to achieve the Stations Common Components strategy notwithstanding a delay to the Station Contracts.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02e7cd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/037108-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; lighting
-
- CPV Codes
30214000 - Workstations
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
31500000 - Lighting equipment and electric lamps
31520000 - Lamps and light fittings
Notice Value(s)
- Tender Value
- £66,465,630 £10M-£100M
- Lots Value
- £66,465,630 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £66,465,630 £10M-£100M
Notice Dates
- Publication Date
- 15 Nov 20241 years ago
- Submission Deadline
- 22 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Oct 20241 years ago
- Contract Period
- 5 Dec 2022 - 5 Dec 2032 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
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
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-02e7cd-2024-11-15T16:53:32Z",
"date": "2024-11-15T16:53:32Z",
"ocid": "ocds-h6vhtk-02e7cd",
"description": "HS2 Ltd and the Other Contracting Bodies described in the Contract Notice who will (or who are entitled) to use the Framework Agreement, namely: * HS2 Ltd (including any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to this Framework Agreement - for Call Off 2 * Automated People Mover (APM) Contractor; * Rail Systems Contractors; * Tunnel and Lineside Mechanical & Electrical (M&E) Systems Contractors; * Calvert Infrastructure Maintenance Depot (IMD) Contractors; * Phase One Main Works Civil Contractors (MWCC); * Washwood Heath (WWH), Rolling Stock Maintenance Depot (RSMD) Contractor; * the National Integrated Control Centre (NICC) Contractor; * Systems Integration Facility (SIF) Contractor; * Any other body as may assume delivery and/or ownership responsibilities in respect of the assets covered by this Framework Agreement; * The future operator(s) of any one or more of the Phase One Stations. Value of the contract: the value stated is an estimated value for the Framework Agreement and call-off-contracts to be made under the Framework Agreement, but the actual value may be higher or lower in accordance with the terms of the procurement documents, the Framework Agreement as awarded and the terms of the call- off contracts to be awarded under the Framework Agreement.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02e7cd",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Uninterruptible Power Supply components & Central Battery Systems",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
"mainProcurementCategory": "goods",
"description": "This procurement is to establish a single supplier Framework Agreement under which there will be Call-Offs for the supply, installation, testing, commissioning, and maintenance of Uninterruptible Power Supply components & Central Battery Systems primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange (base scope). These Uninterruptible Power Supply components & Central Battery Systems may also be required and called off under the Framework Agreement as optional scope at other sites (see VI.3 below). The Framework is being established for use by the Phase One Station Contractors (Supply Call-Off Contract), HS2 or an appointed Infrastructure Manager, if applicable (Maintenance Call-Off Contract) and for use by other Contracting Bodies defined in VI.3 below (both Supply and Maintenance Call-Off Contracts).",
"value": {
"amount": 66465630,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This procurement is to establish a single supplier Framework Agreement under which there will be Call-Offs for the supply, installation, testing, commissioning, and maintenance of Uninterruptible Power Supply & Central Battery Systems, primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. These Uninterruptible Power Supply & Central Battery Systems may also be required and called off under the Framework Agreement as optional Scope at other sites (see VI.3 below). The Framework is being established for use by the Phase One Station Contractors (Supply Call-Off Contract), HS2 or an appointed Infrastructure Manager, if applicable (Maintenance Call- Off Contract) and for use by other Contracting Bodies defined in VI.3 below (both Supply and Maintenance Call Off Contracts). Further information on the procurement and on the scope (both base and optional), Contracting Bodies and anticipated timing and value of Call-Off Contracts is included in the PQP documents (Heads of Terms and Outline Scope documents). Additional information: Applicants are referred to VI.3) Additional information in this Contract Notice below.",
"value": {
"amount": 66465630,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2022-12-05T00:00:00Z",
"endDate": "2032-12-05T23:59:59Z"
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "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 Framework Agreement. HS2 Ltd expects to select only the 4 top scoring Applicants to tender for the Framework Agreement. However, HS2 Ltd reserves the right in its absolute discretion to invite fewer than four or to invite the fifth placed Applicant to tender for the Framework Agreement on the basis described in PQP Manual."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "HS2 Ltd reserves the right to omit and/or vary the scope. As further described in the PQP documents and in the accompanying Outline Scope document, Applicants should note in particular that the scope may include optional projects as described in II.2.11)1) below: 1) Other Contracting Bodies, as described in VI.3) part 6) (at their sole and absolute discretion) can enter a Supply and Installation Call-Off Contract and a Maintenance Call-Off Contract with the successful Tenderer. The prices submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking the Optional Project. 2) Option to extend the term of the Framework Agreement The term of the Framework Agreement will be for an initial term of eight years although HS2 Ltd reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of ten years. HS2 Ltd reserves the right to extend the term of the Framework Agreement from eight to ten years if one or more Station Contracts is delayed so that the anticipated timing of the Call-Offs set out in the Outline Scope document cannot be achieved within the initial eight-year term. The justification for any such extension beyond the initial eight-year term of the Framework Agreement is to ensure that HS2 Ltd can use the Framework Agreement to achieve the Stations Common Components strategy notwithstanding a delay to the Station Contracts."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "60"
},
{
"name": "Commercial",
"type": "cost",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30214000",
"description": "Workstations"
},
{
"scheme": "CPV",
"id": "31500000",
"description": "Lighting equipment and electric lamps"
},
{
"scheme": "CPV",
"id": "31520000",
"description": "Lamps and light fittings"
}
],
"deliveryAddresses": [
{
"region": "UKG"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK"
},
"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": "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."
},
"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": 720
}
},
"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 Supply Contract Fixed Price with Price Schedule (as amended by HS2).",
"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": 1,
"periodRationale": "HS2 Ltd reserves the right to extend the term of the Framework Agreement from eight to ten years if one or more Station Contracts is delayed so that the anticipated timing of the Call-Offs set out in the Outline Scope document cannot be achieved within the initial eight-year term. This is to ensure HS2 Ltd can use the Framework Agreement to achieve its Stations Common Components strategy."
},
"hasElectronicAuction": true
},
"secondStage": {
"successiveReduction": true,
"invitationDate": "2022-04-25T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-11-22T12:00:00Z"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Low Voltage Power Components"
},
"newValue": {
"text": "High Speed Two (HS2) Ltd, Phase One Stations - Framework Agreement for UPS&CBS"
},
"where": {
"section": "II.1.1",
"label": "Title"
}
}
]
}
]
},
"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": {
"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"
]
},
{
"id": "GB-FTS-125997",
"name": "ABB Limited",
"identifier": {
"legalName": "ABB Limited"
},
"address": {
"streetAddress": "Daresbury Park, Daresbury",
"locality": "Warrington",
"region": "UK",
"postalCode": "WA4 4BT",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-130540",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-6976",
"name": "HS2"
},
"language": "en",
"awards": [
{
"id": "037108-2024-C1000-3019-1",
"relatedLots": [
"1"
],
"title": "Framework Agreement for Uninterruptible Power Supply & Central Battery Systems",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-125997",
"name": "ABB Limited"
}
]
}
],
"contracts": [
{
"id": "037108-2024-C1000-3019-1",
"awardID": "037108-2024-C1000-3019-1",
"title": "Framework Agreement for Uninterruptible Power Supply & Central Battery Systems",
"status": "active",
"value": {
"amount": 66465630,
"currency": "GBP"
},
"dateSigned": "2024-10-28T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}