Award

High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Station Building Systems

HIGH SPEED TWO (HS2) LIMITED (AND IN ADDITION THE CONTRACTING BODIES LISTED IN VI.3 BELOW)

This public procurement record has 1 release in its history.

Award

01 Sep 2023 at 09:39

Summary of the contracting process

The High Speed Two (HS2) Limited, acting on behalf of various contracting bodies, has awarded a Framework Agreement for Station Building Systems to Siemens Mobility Limited. This procurement process focused on goods within the Electrical machinery, apparatus, equipment and consumables industry category. The Framework Agreement covers the design and supply of station building systems for new Phase One Stations at Euston, Old Oak Common, Birmingham Curzon Street, and Interchange in the UK. The tender was in the award stage, with the contract being signed on August 14, 2023, for a value of £47,000,000.

This tender by HS2 Ltd could provide growth opportunities for businesses involved in supplying station building systems, including Fire Detection and Alarm System, Building Energy Management System, and Lighting Control System, among others. Suppliers with expertise in Electrical machinery, apparatus, and equipment, as well as those offering engineering design services and technical inspection and testing services, would be suitable competitors for this procurement. The opportunity involves establishing a long-term Framework Agreement for the design and supply of essential station building systems for multiple Phase One Stations, offering stability and potential for ongoing business relationships.

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 Station Building Systems

Notice Description

This procurement is to establish a single supplier Framework Agreement for the design and supply of station building systems, including Fire Detection and Alarm System, Building Energy Management System, Lighting Control System, Public Address & Voice Alarm System, Customer Information System and Station Information Management System primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. These key station building systems may also be required and called off under the Framework Agreement as Optional Scope at other HS2 sites (see VI.3 below). The Framework Agreement is being established for use by HS2 Ltd (Professional Services Call-Off Contracts) and for use by the Phase One Station Contractors (Design and Supply Call-Off Contracts with Optional Scope for Engineering Services) and for use by the other Contracting Bodies defined in VI.3 below.

Lot Information

Lot 1

This procurement is for the establishment of a single supplier Framework Agreement for the design and supply of six station building systems primarily for the new HS2 Phase One Stations to be constructed in London at Euston and Old Oak Common and in the Midlands at Birmingham Curzon Street and Interchange. The six station building systems include: * The Public Address / Voice Alarm (PAVA) system to enable the distribution of audible evacuation and operational information within the station. * The Fire Detection and Alarm System to detect fires and raise the alarm in the event of an emergency. * The Building Energy Management System (BEMS) to provide centralised monitoring of alarms, activities and maintenance prompts for systems throughout the station. * The Lighting Control System to provide the minimum safe illumination of the public and back of house areas for the station. * The Customer Information System (CIS) to enable delivery of information to customers and staff within the station. * The Station Information Management System (SIMS) to provide local operational control and management of all aspects associated with passenger information and security, station services, including all fixed Mechanical and Electrical (M&E) and emergency situations. The Framework Agreement will be used by HS2 Ltd (Professional Services Call-Off Contract for Systems Functional Specification, Reference Design and Demonstration) and used by the Phase One Station Contractors (Design and Supply Call-Off Contracts with an option to call off Engineering Services (Optional Scope) to undertake any of the installation, testing, commissioning, integration, bringing into service and other activities associated with the construction of the Station Specific Design) and will be used by the other Contracting Bodies defined in the included in the PQP documentation. 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 Scope as described in II.2.11)2) and Optional Projects as described in II.2.11)1): 1) Optional Projects: If instructed by a Contracting Body, as described in VI.3) part 6) (at their sole and absolute discretion), a Design and Supply Call-Off Contract for an Optional Project will be entered into between the relevant Contracting Body and the successful Tenderer; the prices and fee percentage submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking such Optional Project. 2) Optional Scope for Engineering Services: a) The Framework Agreement includes Optional Scope for Engineering Services (installation, testing, commissioning, providing support for on-site integration, interim maintenance and training) that may be called off as part of a Design and Supply Call-Off Contract by the Phase One Station Contractors and other Contracting Bodies (in relation to an Optional Project). Station Contractors or other Contracting Bodies reserve the right to include the Optional Scope (in whole or in part) during the call-off process pursuant to the Framework Agreement. b) If instructed by Station Contractors or other Contracting Bodies at their sole and absolute discretion, such Optional Scope would be included in the relevant Design and Supply Call-Off Contract and the prices and fee percentage submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking such Optional Scope. 3) Option to extend the term of 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-03f8c0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025726-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award 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

35 - Security, fire-fighting, police and defence equipment

48 - Software package and information systems

71 - Architectural, construction, engineering and inspection services

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

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

30214000 - Workstations

31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

31500000 - Lighting equipment and electric lamps

31520000 - Lamps and light fittings

31625000 - Burglar and fire alarms

35100000 - Emergency and security equipment

48420000 - Facilities management software package and software package suite

48800000 - Information systems and servers

48813000 - Passenger information system

48952000 - Public address systems

71300000 - Engineering services

71314200 - Energy-management services

71320000 - Engineering design services

71630000 - Technical inspection and testing services

72254100 - Systems testing services

79415200 - Design consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£47,000,000 £10M-£100M

Notice Dates

Publication Date
1 Sep 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
13 Aug 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
HIGH SPEED TWO (HS2) LIMITED (AND IN ADDITION THE CONTRACTING BODIES LISTED IN VI.3 BELOW)
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

Supplier Information

Number of Suppliers
1
Supplier Name

SIEMENS MOBILITY

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-03f8c0-2023-09-01T10:39:13+01:00",
    "date": "2023-09-01T10:39:13+01:00",
    "ocid": "ocds-h6vhtk-03f8c0",
    "description": "Contracting Entity: This Contract Notice is published by HS2 Ltd on behalf of itself and these 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); * The Infrastructure Manager; * Phase One Station Contractors; * Automated People Mover (APM) Contractor; * Washwood Heath (WWH), Rolling Stock Maintenance Depot (RSMD), the National Integrated Control Centre (NICC) and Calvert Infrastructure Maintenance Depot (IMD) Contractors; * Phase One Main Works Civil Contractors (MWCC); * 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.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03f8c0",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Station Building 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 for the design and supply of station building systems, including Fire Detection and Alarm System, Building Energy Management System, Lighting Control System, Public Address & Voice Alarm System, Customer Information System and Station Information Management System primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. These key station building systems may also be required and called off under the Framework Agreement as Optional Scope at other HS2 sites (see VI.3 below). The Framework Agreement is being established for use by HS2 Ltd (Professional Services Call-Off Contracts) and for use by the Phase One Station Contractors (Design and Supply Call-Off Contracts with Optional Scope for Engineering Services) and for use by the other Contracting Bodies defined in VI.3 below.",
        "lots": [
            {
                "id": "1",
                "description": "This procurement is for the establishment of a single supplier Framework Agreement for the design and supply of six station building systems primarily for the new HS2 Phase One Stations to be constructed in London at Euston and Old Oak Common and in the Midlands at Birmingham Curzon Street and Interchange. The six station building systems include: * The Public Address / Voice Alarm (PAVA) system to enable the distribution of audible evacuation and operational information within the station. * The Fire Detection and Alarm System to detect fires and raise the alarm in the event of an emergency. * The Building Energy Management System (BEMS) to provide centralised monitoring of alarms, activities and maintenance prompts for systems throughout the station. * The Lighting Control System to provide the minimum safe illumination of the public and back of house areas for the station. * The Customer Information System (CIS) to enable delivery of information to customers and staff within the station. * The Station Information Management System (SIMS) to provide local operational control and management of all aspects associated with passenger information and security, station services, including all fixed Mechanical and Electrical (M&E) and emergency situations. The Framework Agreement will be used by HS2 Ltd (Professional Services Call-Off Contract for Systems Functional Specification, Reference Design and Demonstration) and used by the Phase One Station Contractors (Design and Supply Call-Off Contracts with an option to call off Engineering Services (Optional Scope) to undertake any of the installation, testing, commissioning, integration, bringing into service and other activities associated with the construction of the Station Specific Design) and will be used by the other Contracting Bodies defined in the included in the PQP documentation. Additional information: Applicants are referred to VI.3) additional information in this contract notice below.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                },
                "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 Scope as described in II.2.11)2) and Optional Projects as described in II.2.11)1): 1) Optional Projects: If instructed by a Contracting Body, as described in VI.3) part 6) (at their sole and absolute discretion), a Design and Supply Call-Off Contract for an Optional Project will be entered into between the relevant Contracting Body and the successful Tenderer; the prices and fee percentage submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking such Optional Project. 2) Optional Scope for Engineering Services: a) The Framework Agreement includes Optional Scope for Engineering Services (installation, testing, commissioning, providing support for on-site integration, interim maintenance and training) that may be called off as part of a Design and Supply Call-Off Contract by the Phase One Station Contractors and other Contracting Bodies (in relation to an Optional Project). Station Contractors or other Contracting Bodies reserve the right to include the Optional Scope (in whole or in part) during the call-off process pursuant to the Framework Agreement. b) If instructed by Station Contractors or other Contracting Bodies at their sole and absolute discretion, such Optional Scope would be included in the relevant Design and Supply Call-Off Contract and the prices and fee percentage submitted by the successful Tenderer will be applied to inform and calculate the price for undertaking such Optional Scope. 3) Option to extend the term of 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"
            }
        ],
        "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"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625000",
                        "description": "Burglar and fire alarms"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35100000",
                        "description": "Emergency and security equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48420000",
                        "description": "Facilities management software package and software package suite"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48800000",
                        "description": "Information systems and servers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48813000",
                        "description": "Passenger information system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48952000",
                        "description": "Public address systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314200",
                        "description": "Energy-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71630000",
                        "description": "Technical inspection and testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72254100",
                        "description": "Systems testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79415200",
                        "description": "Design consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "awards": [
        {
            "id": "025726-2023-C1000-2789-1",
            "relatedLots": [
                "1"
            ],
            "title": "Framework Agreement for Station Building Systems",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-91550",
                    "name": "Siemens Mobility Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-43621",
            "name": "High Speed Two (HS2) Limited (and in addition the Contracting Bodies listed in VI.3 below)",
            "identifier": {
                "legalName": "High Speed Two (HS2) Limited (and in addition the Contracting Bodies listed in VI.3 below)"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Limited, Two Snowhill, Snow Hill Queensway",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "scc@hs2.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.hs2.org.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-91550",
            "name": "Siemens Mobility Limited",
            "identifier": {
                "legalName": "Siemens Mobility Limited"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "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",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-43621",
        "name": "High Speed Two (HS2) Limited (and in addition the Contracting Bodies listed in VI.3 below)"
    },
    "contracts": [
        {
            "id": "025726-2023-C1000-2789-1",
            "awardID": "025726-2023-C1000-2789-1",
            "title": "Framework Agreement for Station Building Systems",
            "status": "active",
            "value": {
                "amount": 47000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-08-14T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:603240-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}