Award

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Uninterruptible Power Supply components & Central Battery Systems

HS2

This public procurement record has 3 releases in its history.

Award

15 Nov 2024 at 16:53

TenderUpdate

11 Nov 2021 at 22:45

Tender

04 Oct 2021 at 21:45

Summary of the contracting process

The procurement process for the HS2 Phase One Stations Framework Agreement focused on the supply, installation, testing, commissioning, and maintenance of Uninterruptible Power Supply (UPS) components and Central Battery Systems. High Speed Two (HS2) Limited, the buying organisation, aimed to serve new Phase One Stations at Euston, Old Oak Common, Birmingham Curzon Street, and Interchange. This agreement, under the "Electrical machinery, apparatus, equipment and consumables; lighting" industry category, was conducted using a negotiated procedure with a prior call for competition. The framework agreement is set for an initial duration of eight years, with the option to extend for an additional two years. The award was completed, and the contract was signed with ABB Limited on 28 October 2024, valued at £66,465,630.00.

This tender provides significant opportunities for businesses involved in electrical machinery and installation services, particularly those specialising in UPS systems and central battery systems. The framework agreement offers a structure for continuous supply and maintenance work across multiple major construction sites, presenting long-term business prospects. Large-scale suppliers with a capacity to handle extensive and multifaceted projects, such as those similar to ABB Limited, would be well-suited to compete and thrive in this tender, contributing to the growth of essential infrastructure, ensuring robust and uninterrupted power supplies for critical railway operations.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

Contracting Authority (Buyer)

Main Buyer
HS2
Contact Name
Not specified
Contact Email
scc@hs2.org.uk
Contact Phone
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

ABB

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-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
            }
        ]
    }
}