Tender

  • Share to Microsoft Teams

HS2 Ltd - Supply of Fleet of On-Track Machines

HIGH SPEED TWO (HS2) LTD

This public procurement record has 1 release in its history.

Tender

29 Oct 2024 at 11:13

Summary of the contracting process

High Speed Two (HS2) Ltd is seeking to procure the supply of a fleet of On-Track Machines (OTMs) necessary to maintain the HS2 infrastructure. The procurement process is at the tender stage and involves the design, manufacture, testing, commissioning, supply, and delivery of three types of OTMs: General Infrastructure Maintenance Machines, Infrastructure Monitoring Machines, and Track Access Machines. The procurement method being used is the negotiated procedure with a prior call for competition. Interested applicants must submit their pre-qualification questionnaires (PQQs) by the deadline of 10 January 2025. The locations for delivery are within the UK, and the contract's estimated value is £123,950,616.81, with the possibility of additional purchases during the contract term. Key dates include a pre-qualification hot start event on 4th and 5th November 2024, with the invitation to tender stage beginning on 9 May 2025.

This tender offers significant opportunities for businesses specialising in railway and rolling stock manufacturing, mechanical handling equipment, and other related industries. Small and medium-sized enterprises involved in the production of automated rail maintenance equipment, infrastructure monitoring technologies, and specialised maintenance machinery can benefit from participating in this procurement. With contracts awarded for different lots, both niche specialist providers and those offering comprehensive solutions could find this tender appealing. By securing a contract with HS2 Ltd, businesses can gain a foothold in a major infrastructure project, potentially leading to long-term growth and further opportunities within the rail industry.

How relevant is this notice?

Notice Information

Notice Title

HS2 Ltd - Supply of Fleet of On-Track Machines

Notice Description

HS2 Ltd intends to procure the supply of a fleet of On-Track Machines (OTMs) to maintain the HS2 infrastructure. The OTMs will be purchased by HS2 as a route wide procurement covering Phase One and will be awarded under three (3) supply contracts as follows: 1) Delivery of General Infrastructure Maintenance Machines 2) Delivery of Infrastructure Monitoring Machines 3) Delivery of Track Access Machines. These OTMs will enable: * Staff to work in a safe and efficient environment; * Staff to travel in the OTMs with the required parts, tools, and equipment; and * Staff to access the infrastructure, undertake lifting operations or carry out maintenance work whilst in a position of safety. 1) The supply contracts are each for the design, manufacture, testing, commissioning, supply and delivery of the OTMs, together with warranty and defects correction, and training services for the operators and maintainers along with training manuals. Each supply contract will continue in force until all deliverables have been met. 2) HS2 Ltd reserves the right to purchase additional OTMs from the relevant supplier during the term of the contract. 3)This procurement will be conducted using the negotiated procedure with prior call for competition as defined pursuant to UCR 2016, reg. 47. HS2 Ltd reserves the right to enter into negotiations. Further details of HS2's intended procedure will appear in the ITT documentation. 4) Further information on the procurement and on the scope of the contracts (and their envisaged terms) is included in the pre-qualification pack (PQP) made available by HS2 Ltd at the address in [VI.3 below]. 5) HS2 Ltd intends to limit the number of Tenderers on the basis set out in 'Further Package Particulars' which is contained in the PQP made available as set out in I.3 above. 6) HS2 Ltd reserves the right to make reasonable additions or amendments to the content of the scope of the contract. In particular, and without limitation, changes to the general obligations and constraints, or the scope of work, may occur prior to HS2 Ltd commencing the formal invitation to tender stage. 7) HS2 Ltd does not offer any warranties, guarantees or assurances as to the accuracy or completeness of the information contained in the procurement documents and quantities or measurements are only intended to be indicative and for the guidance of potential Applicants. 8) A PQQ Hot Start event that aims to allow applicants the opportunity to better understand the requirements of HS2 Ltd. This Hot Start event will be a Microsoft Teams Live Event, taking place at ONE of the following two occasions: Monday 4th November 11am (GMT) OR Tuesday 5th November 1:30pm (GMT) The event is expected to last up to one hour and confirmation of the final date, as well as an access link, will be issued to those who have registered, once confirmed. To receive updates and online access to the event, please complete this registration form by Friday 1st November at midday (GMT). The event will be recorded and once completed, can be issued upon request via JAGGAER. Registration Form link: https://www.smartsurvey.co.uk/s/OTMPQQ/ Non-participation in the Hot Start shall in no way prevent any supplier from participating in the procurement process.

Lot Information

General Infrastructure Maintenance Machines

The general infrastructure maintenance equipment will need to be put together into a train suited for a particular task or tasks planned during a shift. This could be by coupling relevant vehicles together, by changing modules on the vehicles or by changing attachments for a particular purpose. To improve the OTM utilisation and efficiency of the fleet it is intended to have the general infrastructure maintenance machines be modular. The below is a non - exhaustive list of some of the expected tasks to be undertaken by HS2 Infrastructure Management (HS2 IM) using the OTMs supplied in this lot. HS2 IM will undertake these tasks assisted and enabled by the plant and machinery supplied by the Supplier: * Inspection and replacement of Overhead Catenary System (OCS) wires; * OCS Registration; * Maintenance, repair and replacement of GSM-R Masts and Telecoms Aerials; * Replacement of Operational Communications and Signalling cables in troughs; * Railhead conditioning - automated removal of detritus and application of adhesion improver at speed; * Replacement of Switches and Crossings (S&C); * Bridge inspections and minor works; * Clearing drains; * Replacement of cross-passage doors and door components; * Access to tunnel lighting and signage; * Tunnel leak sealing; * Cleaning platform edge doors; * Checking and replacing soil nails on embankments and cuttings; * Maintenance of location cabinets; and * Snow clearance - ability to attach a simple snow plough to the front of the machine. Further detailed requirements and responsibilities will be set out in the Invitation to Tender (ITT). Please refer to the Scope Document for further details. Additional information: Applicants must register their Expression of Interest in this procurement by registering on the HS2 eSourcing Portal (see details in I.3 above). Applicants will then be able to download the PQP which includes HS2 Ltd's Applicant's Guide and accompanying procurement documents for information about conditions for participation.

Options: Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the contracts forming the subject matter of this Notice and /or require optional scope to be undertaken. In particular without limitation: * HS2 Ltd reserves the right to order and purchase additional OTMs from the relevant supplier during the term of the contract. Please refer to section VI.3 Additional information.

Infrastructure Monitoring Machines

HS2 Ltd will be using a suite of asset condition monitoring to monitor the condition of infrastructure assets. This consists of un-manned, remote, dynamic, autonomous and visual methods of inspection, to enable the most efficient life cycle of the infrastructure. To supplement these inspection methods HS2 Ltd will be undertaking mobile infrastructure monitoring using the passenger rolling stock which will be fitted with limited capability. To enable more detailed analysis, one or more OTMs will be required with the capability to undertake infrastructure monitoring. High speed runs will need to be undertaken at full OTM running speed or as limited by the line speed. It is expected that lower speed runs will be required to capture detailed data or for specific measurement techniques. * Track (rail, slab, fixings etc), including ultrasonic and eddy current inspection as well as image capture; * OCS (contact wire, catenary, registration); * S&C/Rail Expansion Devices (REDs); * Earthworks (cuttings and embankments, slab support structure); * Tunnel (structurally and equipment/cabling); * Bridge/viaduct (structurally and equipment/cabling); * Noise barriers (presence); * Telecoms (GSM-R strength); * Monitoring to assess the acoustic performance of the infrastructure (rail); and * Vegetation The Infrastructure Monitoring capability will therefore need the capability to collect, store and transmit infrastructure monitoring data to the HS2 systems, such systems to be determined. Please refer to the scope document for further detail. Additional information: Applicants must register their Expression of Interest in this procurement by registering on the HS2 eSourcing Portal (see details in VI.3 below). Applicants will be able to download HS2 Ltd's Applicant's Guide and accompanying Procurement Documents which include the Scope, Heads of Term, Further Package Particulars and documents for information about conditions for participation.

Options: Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the contracts forming the subject matter of this Notice and /or require optional scope to be undertaken. In particular without limitation: HS2 Ltd reserves the right set out in the Procurement Documents to order and purchase additional OTMs from the relevant supplier during the term of the contract. Please refer to section VI.3 Additional information.

Track Access Machines

HS2 Ltd requires OTMs that facilitate the undertaking of the tasks listed below, these are indicative only and not exhaustive at this stage. These are centred on small to medium tasks all within the 4 foot or in close proximity to it. Some maintenance shifts that are undertaken on HS2 will need to be undertaken with Any Line Open (ALO) to traffic. All OTMs will need to facilitate this by providing protection to all staff undertaking these tasks. All new and old infrastructure components, equipment and staff will be transported to and from the worksite utilising the OTM whilst reducing manual handling whilst working. This will remove the need for staff to travel by road unnecessarily and infrastructure components and tools to be delivered in a separate process. * Control, Command and Signalling (CCS) Maintenance requiring access to the four foot e.g., replacement of axle counters and balises; * Rail head spot repairs; * Rail stressing; * Visual inspection of the underside of rails; * Rail replacement of sections of rail up to 18m in length, including cutting out old sections and welding in new ones; * Replacement of smaller sections of rail including RED half sets, the swing nose and mechanical actuation; * Replacement of point motors and point detectors; * Minor repairs to the track slab, its joints and absorption panels. This will include ad-hoc replacement of individual track slab panels; and * Work on individual rail fixings and mountings. All these tasks require provision of safe access for staff to the four foot without leaving the confines of the machine and a means to reduce manual handling of infrastructure components and tools. See the Scope Document for further details. Additional information: Applicants must register their Expression of Interest in this procurement by registering on the HS2 eSourcing Portal (see details in VI.3 below). Applicants will then be able to download the PQP which includes HS2 Ltd's Applicant's Guide and accompanying procurement documents for information about conditions for participation.

Options: Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the contracts forming the subject matter of this Notice and /or require optional scope to be undertaken. In particular without limitation: HS2 Ltd reserves the right to order and purchase additional OTMs from the relevant supplier during the term of the contract. Please refer to section VI.3 Additional information.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04b221
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034973-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
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

34 - Transport equipment and auxiliary products to transportation

42 - Industrial machinery


CPV Codes

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

34620000 - Rolling stock

34943000 - Train-monitoring system

34945000 - Track-alignment machinery

42414410 - Cranes for trucks

42418500 - Mechanical handling equipment

42418900 - Loading or handling machinery

Notice Value(s)

Tender Value
£123,950,616 £100M-£1B
Lots Value
£108,375,616 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Oct 20241 years ago
Submission Deadline
10 Jan 2025Expired
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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
HIGH SPEED TWO (HS2) LTD
Contact Name
HS2 Ltd Supply Chain
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-04b221-2024-10-29T11:13:15Z",
    "date": "2024-10-29T11:13:15Z",
    "ocid": "ocds-h6vhtk-04b221",
    "description": "1) To express interest in any Lot, Applicants must complete the PQQ on the HS2 Ltd eSourcing portal strictly in accordance with the submission deadline in the Further Package Particulars (PQ Application Deadline) which is a precise time and Applicants should allow sufficient time to upload their PQ Applications. Applicants may tender for one lot, or any two or all three lots. See procurement documents for details. 2) 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 contract(s) 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. Any contract(s) let by HS2 Ltd may provide that the scope or duration of the Contract may be extended at HS2 Ltd's discretion. 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. 3) Applicants 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. 4) All dates set out in this Notice are indicative and based on the current programme. HS2 Ltd reserves the right to amend and refine this timetable and full details will appear in the eventual tender documentation. 5) Applicants must allow sufficient time for uploading their full PQQs and applications. HS2 Ltd reserves the right to reject any PQQ or application that is not submitted in full before the relevant submission deadline. 6) HS2 Ltd reserves the right to require the submission of any additional, supplemental or clarification information as it may, in its absolute discretion, consider appropriate. 7) Access to procurement documentation will be conditional upon the Applicant providing an executed confidentiality agreement to HS2 Ltd in advance. 8) Estimated contract values in this Contract Notice are based on Q3/2023 prices. The estimated values of the Phase 1 work under the contracts are: Lot 1 - PS76,057,414.31 Lot 2 - PS16,168,930.38 Lot 3 - PS16,149,272.12 Total estimated Q3/2023 value of work across Lot 1, 2 and 3 - PS108,375,616.81. HS2 Ltd reserves the right to exercise an option to instruct the purchase of additional OTMs at a Q3/2023 estimated value of PS15,575,000. The estimated Q3/2023 total maximum value of work covered by this procurement is PS123,950,616.81 10) HS2 Ltd is the envisaged 'contracting entity' and is procuring the contracts and will be the Employer under them. Nevertheless, by way of this Notice, the contracts are also procured on behalf of any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to the contracts. 11) HS2 Ltd reserves the following right in relation to all Tenderers on all Lots at Invitation To Tender (ITT) stage. HS2 Ltd intends to request tender submissions on the basis of the application of a form of NEC Optional Clause X1. HS2 Ltd additionally intends to require Tenderers to complete a secondary pricing schedule inclusive of all inflation risk for the contract period (on the basis that clause X1 is disapplied) which will be contained in an additional sealed commercial envelope. Such sealed commercial envelope will not be opened as part of the evaluation nor form part of the identification of the MEAT but may be opened once the evaluation stage is completed and scores are locked. HS2 reserves the right to refer to the information contained within this envelope during negotiations with [one or more Tenderers] including without limitation with regard to the application of clause X1. Further details will be set out in the ITT documentation.",
    "initiationType": "tender",
    "tender": {
        "id": "HS2/HRP10",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "HS2 Ltd - Supply of Fleet of On-Track Machines",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34600000",
            "description": "Railway and tramway locomotives and rolling stock and associated parts"
        },
        "mainProcurementCategory": "goods",
        "description": "HS2 Ltd intends to procure the supply of a fleet of On-Track Machines (OTMs) to maintain the HS2 infrastructure. The OTMs will be purchased by HS2 as a route wide procurement covering Phase One and will be awarded under three (3) supply contracts as follows: 1) Delivery of General Infrastructure Maintenance Machines 2) Delivery of Infrastructure Monitoring Machines 3) Delivery of Track Access Machines. These OTMs will enable: * Staff to work in a safe and efficient environment; * Staff to travel in the OTMs with the required parts, tools, and equipment; and * Staff to access the infrastructure, undertake lifting operations or carry out maintenance work whilst in a position of safety. 1) The supply contracts are each for the design, manufacture, testing, commissioning, supply and delivery of the OTMs, together with warranty and defects correction, and training services for the operators and maintainers along with training manuals. Each supply contract will continue in force until all deliverables have been met. 2) HS2 Ltd reserves the right to purchase additional OTMs from the relevant supplier during the term of the contract. 3)This procurement will be conducted using the negotiated procedure with prior call for competition as defined pursuant to UCR 2016, reg. 47. HS2 Ltd reserves the right to enter into negotiations. Further details of HS2's intended procedure will appear in the ITT documentation. 4) Further information on the procurement and on the scope of the contracts (and their envisaged terms) is included in the pre-qualification pack (PQP) made available by HS2 Ltd at the address in [VI.3 below]. 5) HS2 Ltd intends to limit the number of Tenderers on the basis set out in 'Further Package Particulars' which is contained in the PQP made available as set out in I.3 above. 6) HS2 Ltd reserves the right to make reasonable additions or amendments to the content of the scope of the contract. In particular, and without limitation, changes to the general obligations and constraints, or the scope of work, may occur prior to HS2 Ltd commencing the formal invitation to tender stage. 7) HS2 Ltd does not offer any warranties, guarantees or assurances as to the accuracy or completeness of the information contained in the procurement documents and quantities or measurements are only intended to be indicative and for the guidance of potential Applicants. 8) A PQQ Hot Start event that aims to allow applicants the opportunity to better understand the requirements of HS2 Ltd. This Hot Start event will be a Microsoft Teams Live Event, taking place at ONE of the following two occasions: Monday 4th November 11am (GMT) OR Tuesday 5th November 1:30pm (GMT) The event is expected to last up to one hour and confirmation of the final date, as well as an access link, will be issued to those who have registered, once confirmed. To receive updates and online access to the event, please complete this registration form by Friday 1st November at midday (GMT). The event will be recorded and once completed, can be issued upon request via JAGGAER. Registration Form link: https://www.smartsurvey.co.uk/s/OTMPQQ/ Non-participation in the Hot Start shall in no way prevent any supplier from participating in the procurement process.",
        "value": {
            "amount": 123950616.81,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "General Infrastructure Maintenance Machines",
                "description": "The general infrastructure maintenance equipment will need to be put together into a train suited for a particular task or tasks planned during a shift. This could be by coupling relevant vehicles together, by changing modules on the vehicles or by changing attachments for a particular purpose. To improve the OTM utilisation and efficiency of the fleet it is intended to have the general infrastructure maintenance machines be modular. The below is a non - exhaustive list of some of the expected tasks to be undertaken by HS2 Infrastructure Management (HS2 IM) using the OTMs supplied in this lot. HS2 IM will undertake these tasks assisted and enabled by the plant and machinery supplied by the Supplier: * Inspection and replacement of Overhead Catenary System (OCS) wires; * OCS Registration; * Maintenance, repair and replacement of GSM-R Masts and Telecoms Aerials; * Replacement of Operational Communications and Signalling cables in troughs; * Railhead conditioning - automated removal of detritus and application of adhesion improver at speed; * Replacement of Switches and Crossings (S&C); * Bridge inspections and minor works; * Clearing drains; * Replacement of cross-passage doors and door components; * Access to tunnel lighting and signage; * Tunnel leak sealing; * Cleaning platform edge doors; * Checking and replacing soil nails on embankments and cuttings; * Maintenance of location cabinets; and * Snow clearance - ability to attach a simple snow plough to the front of the machine. Further detailed requirements and responsibilities will be set out in the Invitation to Tender (ITT). Please refer to the Scope Document for further details. Additional information: Applicants must register their Expression of Interest in this procurement by registering on the HS2 eSourcing Portal (see details in I.3 above). Applicants will then be able to download the PQP which includes HS2 Ltd's Applicant's Guide and accompanying procurement documents for information about conditions for participation.",
                "value": {
                    "amount": 76057414.31,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "Following the assessment of the PQQ responses, HS2 Ltd intends to shortlist the top scoring qualified candidates for the invitation to tender stage as set out in more detail in the PQP."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the contracts forming the subject matter of this Notice and /or require optional scope to be undertaken. In particular without limitation: * HS2 Ltd reserves the right to order and purchase additional OTMs from the relevant supplier during the term of the contract. Please refer to section VI.3 Additional information."
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Infrastructure Monitoring Machines",
                "description": "HS2 Ltd will be using a suite of asset condition monitoring to monitor the condition of infrastructure assets. This consists of un-manned, remote, dynamic, autonomous and visual methods of inspection, to enable the most efficient life cycle of the infrastructure. To supplement these inspection methods HS2 Ltd will be undertaking mobile infrastructure monitoring using the passenger rolling stock which will be fitted with limited capability. To enable more detailed analysis, one or more OTMs will be required with the capability to undertake infrastructure monitoring. High speed runs will need to be undertaken at full OTM running speed or as limited by the line speed. It is expected that lower speed runs will be required to capture detailed data or for specific measurement techniques. * Track (rail, slab, fixings etc), including ultrasonic and eddy current inspection as well as image capture; * OCS (contact wire, catenary, registration); * S&C/Rail Expansion Devices (REDs); * Earthworks (cuttings and embankments, slab support structure); * Tunnel (structurally and equipment/cabling); * Bridge/viaduct (structurally and equipment/cabling); * Noise barriers (presence); * Telecoms (GSM-R strength); * Monitoring to assess the acoustic performance of the infrastructure (rail); and * Vegetation The Infrastructure Monitoring capability will therefore need the capability to collect, store and transmit infrastructure monitoring data to the HS2 systems, such systems to be determined. Please refer to the scope document for further detail. Additional information: Applicants must register their Expression of Interest in this procurement by registering on the HS2 eSourcing Portal (see details in VI.3 below). Applicants will be able to download HS2 Ltd's Applicant's Guide and accompanying Procurement Documents which include the Scope, Heads of Term, Further Package Particulars and documents for information about conditions for participation.",
                "value": {
                    "amount": 16168930.38,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "Following the assessment of the PQQ responses, HS2 Ltd intends to shortlist the top scoring qualified candidates for the invitation to tender stage as set out in more detail in the PQP."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the contracts forming the subject matter of this Notice and /or require optional scope to be undertaken. In particular without limitation: HS2 Ltd reserves the right set out in the Procurement Documents to order and purchase additional OTMs from the relevant supplier during the term of the contract. Please refer to section VI.3 Additional information."
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Track Access Machines",
                "description": "HS2 Ltd requires OTMs that facilitate the undertaking of the tasks listed below, these are indicative only and not exhaustive at this stage. These are centred on small to medium tasks all within the 4 foot or in close proximity to it. Some maintenance shifts that are undertaken on HS2 will need to be undertaken with Any Line Open (ALO) to traffic. All OTMs will need to facilitate this by providing protection to all staff undertaking these tasks. All new and old infrastructure components, equipment and staff will be transported to and from the worksite utilising the OTM whilst reducing manual handling whilst working. This will remove the need for staff to travel by road unnecessarily and infrastructure components and tools to be delivered in a separate process. * Control, Command and Signalling (CCS) Maintenance requiring access to the four foot e.g., replacement of axle counters and balises; * Rail head spot repairs; * Rail stressing; * Visual inspection of the underside of rails; * Rail replacement of sections of rail up to 18m in length, including cutting out old sections and welding in new ones; * Replacement of smaller sections of rail including RED half sets, the swing nose and mechanical actuation; * Replacement of point motors and point detectors; * Minor repairs to the track slab, its joints and absorption panels. This will include ad-hoc replacement of individual track slab panels; and * Work on individual rail fixings and mountings. All these tasks require provision of safe access for staff to the four foot without leaving the confines of the machine and a means to reduce manual handling of infrastructure components and tools. See the Scope Document for further details. Additional information: Applicants must register their Expression of Interest in this procurement by registering on the HS2 eSourcing Portal (see details in VI.3 below). Applicants will then be able to download the PQP which includes HS2 Ltd's Applicant's Guide and accompanying procurement documents for information about conditions for participation.",
                "value": {
                    "amount": 16149272.12,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Following the assessment of the PQQ responses, HS2 Ltd intends to shortlist the top scoring qualified candidates for the invitation to tender stage as set out in more detail in the PQP."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Applicants should be aware that HS2 Ltd reserves the right to omit and/or vary the scope of the contracts forming the subject matter of this Notice and /or require optional scope to be undertaken. In particular without limitation: HS2 Ltd reserves the right to order and purchase additional OTMs from the relevant supplier during the term of the contract. Please refer to section VI.3 Additional information."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34620000",
                        "description": "Rolling stock"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34943000",
                        "description": "Train-monitoring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34945000",
                        "description": "Track-alignment machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42414410",
                        "description": "Cranes for trucks"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42418500",
                        "description": "Mechanical handling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42418900",
                        "description": "Loading or handling machinery"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34620000",
                        "description": "Rolling stock"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34943000",
                        "description": "Train-monitoring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34945000",
                        "description": "Track-alignment machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42414410",
                        "description": "Cranes for trucks"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42418500",
                        "description": "Mechanical handling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42418900",
                        "description": "Loading or handling machinery"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34620000",
                        "description": "Rolling stock"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34943000",
                        "description": "Train-monitoring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34945000",
                        "description": "Track-alignment machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42414410",
                        "description": "Cranes for trucks"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42418500",
                        "description": "Mechanical handling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42418900",
                        "description": "Loading or handling machinery"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK"
                },
                "relatedLot": "3"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://hs2.bravosolution.co.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Applicants are referred to the accompanying procurement documents for information about HS2 Ltd's requirements and minimum standards for suitability to pursue this professional activity.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Applicants are referred to the accompanying procurement documents 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 accompanying procurement documents for information about HS2 Ltd's requirements and minimum standards in relation to technical and professional ability.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "reductionCriteria": "Selection of the economic operators to be invited to tender will be based on information provided in response to the PQQ. There are minimum requirements in relation to previous experience and the submission of examples as part of the PQQ. Please see the procurement documents which include the pre-qualification instructions and questionnaire to be completed."
        },
        "submissionTerms": {
            "depositsGuarantees": "Please see the procurement documents.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 540
            }
        },
        "contractTerms": {
            "financialTerms": "Please see the procurement documents.",
            "tendererLegalForm": "HS2 Ltd will accept PQQ stage responses 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 supplier under the contract(s). Please see procurement documents for further detail."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-01-10T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2025-05-09T00:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "HS2 Ltd will incorporate a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract(s) and the reasons for the award decision are communicated to tenderers."
    },
    "parties": [
        {
            "id": "GB-FTS-3753",
            "name": "High Speed Two (HS2) Ltd",
            "identifier": {
                "legalName": "High Speed Two (HS2) Ltd"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "HS2 Ltd Supply Chain",
                "email": "scc@hs2.org.uk",
                "url": "https://hs2.bravosolution.co.uk/ - Applicants are required to comply with all access confidentiality obligations and sign a confidentiality agreement."
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.hs2.org.uk/",
                "buyerProfile": "https://hs2.bravosolution.co.uk/web/index.html",
                "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",
                "email": "royalcourtsofjustice.jc@citizensadvice.org.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-128560",
            "name": "High Speed Two Ltd",
            "identifier": {
                "legalName": "High Speed Two Ltd"
            },
            "address": {
                "locality": "Birmingham",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3753",
        "name": "High Speed Two (HS2) Ltd"
    },
    "language": "en"
}