Tender

Contracts for Automated People Mover (APM) System

HS2

This public procurement record has 1 release in its history.

Tender

10 Jul 2023 at 11:26

Summary of the contracting process

The buying organisation HS2 Ltd is conducting a tender process for the award of two contracts for the design, supply, integration, installation, testing, and commissioning of the Automated People Mover (APM) System. This procurement falls under the construction work for railways and cable transport systems category. The tender process is currently in the active stage with a tender period end date of 21st August 2023. The duration of the contract is estimated to be 11160 days. HS2 Ltd is using the negotiated procedure with a prior call for competition as the procurement method. The total estimated value of the contracts is GBP 270,000,000.

This tender by HS2 Ltd offers business growth opportunities for organisations specialising in railway construction, installation, and maintenance services. Companies with expertise in works, services, and supplies related to railway and cable transport systems would be well-suited to compete. HS2 Ltd encourages applications from economic operators of all sizes, promoting diversity and sustainable procurement practices throughout the supply chain. Interested parties can find further details and submit their tender electronically by accessing the HS2 eSourcing portal.

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

Contracts for Automated People Mover (APM) System

Notice Description

This procurement is for the award of two contracts to a single supplier for the (i) design, supply, integration, installation, testing and commissioning of the systems element of HS2's new automated people mover (APM) up to its delivery into service and (ii) provision of the APM service which includes the operation and maintenance of all aspects of the APM service to be constructed as part of HS2 Phase One between the new HS2 Interchange Station, the National Exhibition Centre (NEC), Birmingham International Railway Station (BIR) and Birmingham Airport (BA).

Lot Information

Lot 1

This procurement is for the award of two contracts to a single supplier for the APM system element of the new HS2 automated people mover (APM). The Scope of the Contracts includes: (1) design, supply, integration, installation, testing and commissioning of the APM System up to its delivery into service; (2) provision of the APM service for a term of up to 25 years, subject to break rights. The Tenderer with the most economically advantageous tender will be awarded both Contracts. Further information on the procurement, the Contracts, the Scope and the estimated value of the Contracts is included in the Applicant's Guide made available by HS2 Ltd at the address in I.3 above and in the accompanying Procurement Documents. HS2 Ltd intends to limit the number of Tenderers invited to tender on the basis set out in section 1.7 of the PQP Manual. Additional information: Candidates 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 of this procurement. As further described in the Applicant's Guide and in the accompanying Procurement Documents, Applicants should note in particular that: 1) Option to break the Service Contract The Service Contract is expected to be for a term of up to 25 years, however HS2 Ltd reserves the right to break the Service Contract after 5 years, then 5 yearly break points until the full 25-year operation and maintenance term is complete, as described in document 'PQP Technical Requirements and Outline Scope Annex 2 O&M'. 2) Option to novate the Contracts As described in the 'PQP Heads of Terms', the expected initial parties to the Contracts are HS2 Ltd and the Contractor. However, HS2 Ltd reserves its right to nominate another entity (Contracting Body) to enter into either of the Contracts at or after contract award. For example, HS2 Ltd may require one or both Contracts to be entered into by any successor to HS2 Ltd that assumes HS2 Ltd's functions (in whole or in part) relevant to the Contracts . Post contract award, the Contracts as awarded will also require the Contractor to agree that HS2 Ltd may novate one or both the Contracts to another entity (Contracting Body) on agreed terms. For example, HS2 Ltd may wish to novate the Service Contract to a future purchaser of the APM or to the Infrastructure Manager of the new HS2 railway or the station operator for Interchange station (depending on where responsibility for maintenance and operation of the APM System ultimately sits).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03e036
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019613-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
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

34 - Transport equipment and auxiliary products to transportation

45 - Construction work

50 - Repair and maintenance services


CPV Codes

34600000 - Railway and tramway locomotives and rolling stock and associated parts

45234000 - Construction work for railways and cable transport systems

50220000 - Repair, maintenance and associated services related to railways and other equipment

Notice Value(s)

Tender Value
£270,000,000 £100M-£1B
Lots Value
£270,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jul 20232 years ago
Submission Deadline
21 Aug 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
HS2 Procurement
Contact Email
scc@hs2.org.uk
Contact Phone
+44 2079443000

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-03e036-2023-07-10T12:26:22+01:00",
    "date": "2023-07-10T12:26:22+01:00",
    "ocid": "ocds-h6vhtk-03e036",
    "description": "1. Capitalised terms in this Contract Notice are defined in Appendix 3 Glossary of Terms in the PQP Manual. 2. An Applicant may be a single organisation or a Consortium. An Applicant may only submit one PQ 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 PQP Manual Section 2; 3. Section I: Contracting entity - HS2 Ltd is the contracting entity for this procurement but HS2 Ltd reserves the right to nominate another entity to enter into either of the Contracts at contract award (other Contracting Body). Post contract award, the Contracts as awarded will also require the Contractor to agree that HS2 Ltd may novate one or both the Contracts to another Contracting Body on agreed terms). Further information on novation rights is included in the 'PQP Heads of Terms'. 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; 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; 5. II.1.3 Type of contract: this is a mixed procurement. The Scope of the Contracts includes Works, Services and Supplies. The successful Tenderer will be required to enter into the two separate Contracts described in the accompanying draft initial Procurement Documents (see Applicant's Guide and PQP Heads of Terms). 6. II.2.6 (Estimated value): the given value includes the estimated total of both Contracts to be entered into (PQP Technical Requirements and Outline Scope). Further information on the values and HS2 Ltd's assumptions is included in the in the accompanying draft initial Procurement Documents (see Applicant's Guide and PQP Further Package Particulars). 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. IV.1.1 Type of procedure: HS2 Ltd is procuring the Contracts in accordance with the negotiated procedure with prior call for competition pursuant to UCR 2016, reg. 47. As stated in the PQP Manual, 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 the Contract or any contract 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. 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 Manual 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 . 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-03e036",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Contracts for Automated People Mover (APM) System",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45234000",
            "description": "Construction work for railways and cable transport systems"
        },
        "mainProcurementCategory": "works",
        "description": "This procurement is for the award of two contracts to a single supplier for the (i) design, supply, integration, installation, testing and commissioning of the systems element of HS2's new automated people mover (APM) up to its delivery into service and (ii) provision of the APM service which includes the operation and maintenance of all aspects of the APM service to be constructed as part of HS2 Phase One between the new HS2 Interchange Station, the National Exhibition Centre (NEC), Birmingham International Railway Station (BIR) and Birmingham Airport (BA).",
        "value": {
            "amount": 270000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This procurement is for the award of two contracts to a single supplier for the APM system element of the new HS2 automated people mover (APM). The Scope of the Contracts includes: (1) design, supply, integration, installation, testing and commissioning of the APM System up to its delivery into service; (2) provision of the APM service for a term of up to 25 years, subject to break rights. The Tenderer with the most economically advantageous tender will be awarded both Contracts. Further information on the procurement, the Contracts, the Scope and the estimated value of the Contracts is included in the Applicant's Guide made available by HS2 Ltd at the address in I.3 above and in the accompanying Procurement Documents. HS2 Ltd intends to limit the number of Tenderers invited to tender on the basis set out in section 1.7 of the PQP Manual. Additional information: Candidates are referred to VI.3) Additional information in this Contract Notice below.",
                "value": {
                    "amount": 270000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 11160
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 2,
                    "maximumCandidates": 4
                },
                "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 Contracts. HS2 Ltd expects to select only the top 4 Applicants to tender for the Contracts. However, HS2 Ltd reserves the right in its absolute discretion to invite fewer or more Applicants to tender for the Contracts on the basis described in PQP Manual Section 1.7."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "HS2 Ltd reserves the right to omit and/or vary the Scope of this procurement. As further described in the Applicant's Guide and in the accompanying Procurement Documents, Applicants should note in particular that: 1) Option to break the Service Contract The Service Contract is expected to be for a term of up to 25 years, however HS2 Ltd reserves the right to break the Service Contract after 5 years, then 5 yearly break points until the full 25-year operation and maintenance term is complete, as described in document 'PQP Technical Requirements and Outline Scope Annex 2 O&M'. 2) Option to novate the Contracts As described in the 'PQP Heads of Terms', the expected initial parties to the Contracts are HS2 Ltd and the Contractor. However, HS2 Ltd reserves its right to nominate another entity (Contracting Body) to enter into either of the Contracts at or after contract award. For example, HS2 Ltd may require one or both Contracts to be entered into by any successor to HS2 Ltd that assumes HS2 Ltd's functions (in whole or in part) relevant to the Contracts . Post contract award, the Contracts as awarded will also require the Contractor to agree that HS2 Ltd may novate one or both the Contracts to another entity (Contracting Body) on agreed terms. For example, HS2 Ltd may wish to novate the Service Contract to a future purchaser of the APM or to the Infrastructure Manager of the new HS2 railway or the station operator for Interchange station (depending on where responsibility for maintenance and operation of the APM System ultimately sits)."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34600000",
                        "description": "Railway and tramway locomotives and rolling stock and associated parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50220000",
                        "description": "Repair, maintenance and associated services related to railways and other equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://hs2.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Applicants are referred to the PQP and 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Applicants are referred to the PQP and PQQ for information about HS2 Ltd's requirements and minimum standards in relation to technical and professional ability.",
                    "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 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 following provisions relevant to each Contract: (1) Supply and Installation Contract: Design, supply, integration, installation, testing and commissioning work: NEC3: Engineering and Construction Contract (ECC) Option A priced contract with activity schedule (with HS2 amendments); and (2) Service Contract: Operation and Maintenance: a bespoke contract based around NEC3: Term Service Contract (TSC) Option A with amendments to reflect the HS2-specific terms. 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, in particular the Applicant's Guide and the PQP Heads of Terms.",
            "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 Contracts."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2024-11-07T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-08-21T12:00:00+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": {
                "name": "HS2 Procurement",
                "telephone": "+44 2079443000",
                "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"
            },
            "contactPoint": {
                "telephone": "+44 20794760000"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6976",
        "name": "HS2"
    },
    "language": "en"
}