Tender

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for HS2 Customer Information & Signage

HS2

This public procurement record has 1 release in its history.

Tender

13 Apr 2023 at 12:43

Summary of the contracting process

The High Speed Two (HS2) Limited is procuring a single-supplier Framework Agreement for Customer Information & Signage for Phase One Stations, focusing on digital and fixed signage to enhance customer journeys and reflect HS2 design values. The estimated total value is £24,302,895 GBP, with an eight-year framework agreement duration, potentially extendable to ten years. The procurement method is a negotiated procedure with a prior call for competition, with a selective approach. The tender period ends on 15th June 2023, and invitations for the second stage will be sent on 13th December 2023.

This tender opportunity provides potential suppliers with the chance to contribute to the design and installation of CI&S components at the HS2 Phase One Stations. Businesses in the sign-making, digital signage, customer assistance, and emergency signage industries would be well-suited to compete. The framework agreement offers long-term potential for revenue generation, with a focus on customer experience and safety. Applicants must adhere to HS2 Ltd's criteria for selection outlined in the procurement documents to secure a position in the competitive process.

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 HS2 Customer Information & Signage

Notice Description

This procurement is to establish a single-supplier Framework Agreement for Customer Information & Signage (CI&S) for the family of station elements that provide digital and fixed (non-digital) signage and customer information relating to wayshowing, train departures and arrivals information, customer assistance and emergency signage. These elements will be designed and installed throughout the HS2 Phase One Stations to provide customer information in a clear and consistent way to enhance the safety and efficiency of millions of customer journeys and reflect the core values of the HS2 design vision across the entire network. The Framework Agreement is being established for use by HS2 Ltd and for use by the other Contracting Bodies defined in VI.3 below. Further information on the Framework Agreement and Call-Off Contracts to be called off under it is included in the PQP and accompanying procurement documents. The vision for the CI&S products is for a family of integrated products combining typeface, graphics, and product design, with a focus on customer experience. The vision is to ensure that the products support the HS2 wayshowing strategy, contribute to the positive experience of customers, strengthen the identity of the HS2 Phase One Stations and provide passengers with a safe, stress free and accessible journey. The CI&S components included in the scope of the Framework Agreement will comprise of the following: * Fixed Signage, * Digital CIS Screens, * Assistance Points, * Dynamic signage and Emergency Do Not Enter.

Lot Information

Lot 1

This procurement is to establish a single supplier Framework Agreement to prototype and supply Customer Information and Signage (CI&S) components, primarily for the four new Phase One Stations being built at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. CI&S includes the family of station elements that provide digital and fixed (non-digital) signage and customer information relating to way showing, train departures and arrivals information, customer assistance and emergency signage. These elements include the fixed signage, digital CIS screens and electronic assistance points products. Further information on the procurement and on the Scope (Core and Optional Scope), Contracting Bodies and anticipated timing and value of Call-Off Contracts is included in the PQP and accompanying procurement documents. HS2 Ltd intends to limit the number of Tenderers invited to tender on the basis set out in PQP Further Package Particulars. Additional information: Applicants are referred to VI.3) Additional information in this Contract Notice below. Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

Options: 1) HS2 Ltd reserves the right to omit and/or vary the scope. As further described in the PQP documents and in the accompanying PQP Outline Scope document, Applicants should note in particular that the scope may include Optional Scope (as described in II.2.4). 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 PQP 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. The Framework Agreement will provide that Call-Off Contracts awarded before expiry of the Framework Agreement can extend beyond the 8 (or extended 10) year term of the Framework Agreement. Further information in relation to the Outline Scope, the Framework Agreement and HS2 Ltd's options is included in the PQP.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03be69
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010650-2023
Current Stage
Tender
All Stages
Tender

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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

34 - Transport equipment and auxiliary products to transportation

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

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


CPV Codes

31523000 - Illuminated signs and nameplates

31523200 - Permanent message signs

34924000 - Variable message signs

34928470 - Signage

34992000 - Signs and illuminated signs

44423400 - Signs and related items

72244000 - Prototyping services

Notice Value(s)

Tender Value
£24,302,895 £10M-£100M
Lots Value
£24,302,895 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Apr 20232 years ago
Submission Deadline
15 Jun 2023Expired
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
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
Not specified

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-03be69-2023-04-13T13:43:49+01:00",
    "date": "2023-04-13T13:43:49+01:00",
    "ocid": "ocds-h6vhtk-03be69",
    "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 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 (PQP manual section 2) 4) Applicants must be registered on the HS2 eSourcing portal: https://hs2.bravosolution.co.uk. For assistance contact the BravoSolution helpdesk Monday to Friday (8:00-18:00) GMT: Email help_uk@jaggaer.com or Telephone +44 8000698630. 5) Contracting Entity: This Contract Notice is published by HS2 Ltd on behalf of itself and the following other entities who will be entitled and may use the Framework Agreement (Contracting Bodies): HS2 Ltd (including any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to this Framework Agreement); and/or Phase One Station Contractors, including the future operator(s) of any one or more of the Phase One Stations. 6) II.1.3 Type of contract: HS2 Ltd intends to award one place on the Framework Agreement as described in the PQP (Further Package Particulars). Applicants will be selected to proceed to ITT stage (and the place awarded on the Framework Agreement) based on the criteria and Minimum Standards described in the PQP and PQQ. Call-Off Contracts under the Framework Agreement will be awarded as described in the PQP Heads of Terms. 7). II.2.3 Place of performance: Customer Information & Signage are to be installed at Phase One Stations (see PQP Outline Scope document for more information). 8). II1.5 Estimated total value, II.2.6 Estimated value: the given value includes the estimated total of the Core Scope and any Optional Scope (see PQP documents for more information). Further information on the values and HS2 Ltd's assumptions, if any, is included in the Further Package Particulars document. 9) II.2.7 Duration of the Framework Agreement: timescales in this Contract Notice are estimated based on the current HS2 programme but may be subject to change. See also II.2.11.Further information on anticipated timing of Call-Off Contracts is included in the PQP documents (Outline Scope). 10). II.2.10 Information about variants: HS2 Ltd will not accept variants at the ITT stage. 11) IV.1.1 Type of procedure: HS2 Ltd is procuring the Framework Agreement using the negotiated procedure with prior call for competition (UCR 2016, reg. 47). As stated in the PQP (Applicant's Guide), HS2 Ltd reserves the right not to conduct negotiations. 12) Applicants/Tenderers shall be solely responsible and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice. 13) 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 Framework Agreement or Call-Off Contract arising out of the procedure envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice. HS2 Ltd reserves the right to vary its requirements and the procedure envisaged in this Contract Notice. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in the PQP.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03be69",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for HS2 Customer Information & Signage",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34928470",
            "description": "Signage"
        },
        "mainProcurementCategory": "goods",
        "description": "This procurement is to establish a single-supplier Framework Agreement for Customer Information & Signage (CI&S) for the family of station elements that provide digital and fixed (non-digital) signage and customer information relating to wayshowing, train departures and arrivals information, customer assistance and emergency signage. These elements will be designed and installed throughout the HS2 Phase One Stations to provide customer information in a clear and consistent way to enhance the safety and efficiency of millions of customer journeys and reflect the core values of the HS2 design vision across the entire network. The Framework Agreement is being established for use by HS2 Ltd and for use by the other Contracting Bodies defined in VI.3 below. Further information on the Framework Agreement and Call-Off Contracts to be called off under it is included in the PQP and accompanying procurement documents. The vision for the CI&S products is for a family of integrated products combining typeface, graphics, and product design, with a focus on customer experience. The vision is to ensure that the products support the HS2 wayshowing strategy, contribute to the positive experience of customers, strengthen the identity of the HS2 Phase One Stations and provide passengers with a safe, stress free and accessible journey. The CI&S components included in the scope of the Framework Agreement will comprise of the following: * Fixed Signage, * Digital CIS Screens, * Assistance Points, * Dynamic signage and Emergency Do Not Enter.",
        "value": {
            "amount": 24302895,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This procurement is to establish a single supplier Framework Agreement to prototype and supply Customer Information and Signage (CI&S) components, primarily for the four new Phase One Stations being built at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. CI&S includes the family of station elements that provide digital and fixed (non-digital) signage and customer information relating to way showing, train departures and arrivals information, customer assistance and emergency signage. These elements include the fixed signage, digital CIS screens and electronic assistance points products. Further information on the procurement and on the Scope (Core and Optional Scope), Contracting Bodies and anticipated timing and value of Call-Off Contracts is included in the PQP and accompanying procurement documents. HS2 Ltd intends to limit the number of Tenderers invited to tender on the basis set out in PQP Further Package Particulars. Additional information: Applicants are referred to VI.3) Additional information in this Contract Notice below. Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers",
                "value": {
                    "amount": 24302895,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "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 top 5 Applicants to tender for the Framework Agreement. However, HS2 Ltd reserves the right in its absolute discretion to increase or decrease this number in accordance with the PQP Manual (see section 1.7)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "1) HS2 Ltd reserves the right to omit and/or vary the scope. As further described in the PQP documents and in the accompanying PQP Outline Scope document, Applicants should note in particular that the scope may include Optional Scope (as described in II.2.4). 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 PQP 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. The Framework Agreement will provide that Call-Off Contracts awarded before expiry of the Framework Agreement can extend beyond the 8 (or extended 10) year term of the Framework Agreement. Further information in relation to the Outline Scope, the Framework Agreement and HS2 Ltd's options is included in the PQP."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31523000",
                        "description": "Illuminated signs and nameplates"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31523200",
                        "description": "Permanent message signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34924000",
                        "description": "Variable message signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992000",
                        "description": "Signs and illuminated signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44423400",
                        "description": "Signs and related items"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72244000",
                        "description": "Prototyping services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://hs2.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Applicants are referred to the PQP and PQQ for information about conditions for participation",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Applicants are referred to the PQP and PQQ for information about HS2 Ltd's requirements and minimum standards in relation to economic and financial standing. Selection criteria as stated in the procurement documents",
                    "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 economic and financial standing. Selection criteria as stated in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "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": 360
            }
        },
        "contractTerms": {
            "financialTerms": "The main financing conditions, payment mechanism, performance standards and incentive mechanisms for Call-Off Contracts will be described in the procurement documents to be made available at ITT stage, but it is expected that payment arrangements in Call-Off Contracts will incorporate NEC3 Professional Services Contract (PSC) Option E (time-based contract) intended for the delivery of the Prototyping services and NEC3 Supply Contract (SC) with an option to call off Engineering Services intended for the appointment of supply and optional installation services. 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 Framework Agreement."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "periodRationale": "The Framework Agreement is being procured on the basis that it will be awarded with an initial term of 8 years with a right to extend the term for up to a further 2 years to make a maximum possible term of 10 years. The justification for reserving the right to extend is at II.2.11"
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-06-15T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-12-13T00:00:00Z"
        },
        "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": {
                "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_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"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6976",
        "name": "HS2"
    },
    "language": "en"
}