An official website of the European Union

151144-2017 - Competition

Notice View

Summary

2017-OJS78-151144-en
I.1.
Name and addresses
Official name: High Speed Two (HS2) Limited
National registration number: 06791686
Postal address: Two Snow Hill Queensway
Town: Birmingham
NUTS code: UK United Kingdom
Postal code: B4 6GA
Country: United Kingdom
Contact person: Bernard vanHaeften
Telephone: +44 2079446880
Internet address(es):
Main address: www.gov.uk/hs2
Address of the buyer profile: www.gov.uk/hs2
I.6.
Main activity
Railway services
II.1.1.
Title
HS2 Rolling Stock Manufacture and Maintenance Services (‘RSM’).
Reference number: HS2 Programme_917
II.1.2.
Main CPV code
34620000 Rolling stock
II.1.3.
Type of contract
Supplies
II.1.5.
Estimated total value
Value excluding VAT: 2 750 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.2.
Additional CPV code(s)
34621200 Railway maintenance or service vehicles
II.2.3.
Place of performance
NUTS code: UKG West Midlands (England)
II.2.6.
Estimated value
Value excluding VAT: 2 750 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Start: 31/12/2019 End: 31/12/2038
This contract is subject to renewal: yes
Description of renewals:
The TSA will have a minimum duration of 12 years, with options to extend for up to the entire design life of 35 years. Following termination and/or expiry of the TSA, the Contract will be capable of survival in the form of a TSSSA under which the TMM would continue to provide technical support and spares to the successor maintainer and repairer of the trains.
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 29/06/2017 Local time: 12:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 24/04/2018
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
VI.5.
Date of dispatch of this notice
19/04/2017

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2017-OJS78-151144-en
151144-2017 - CompetitionUnited Kingdom-Birmingham: Rolling stock
OJ S 78/2017 21/04/2017
Contract notice – utilities
Supplies
Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1.
Name and addresses
Official name: High Speed Two (HS2) Limited
National registration number: 06791686
Postal address: Two Snow Hill Queensway
Town: Birmingham
NUTS code: UK United Kingdom
Postal code: B4 6GA
Country: United Kingdom
Contact person: Bernard vanHaeften
Telephone: +44 2079446880
Internet address(es):
Main address: www.gov.uk/hs2
Address of the buyer profile: www.gov.uk/hs2
I.3.
Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://hs2.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://hs2.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the abovementioned address
I.6.
Main activity
Railway services

Section II: Object

II.1.
Scope of the procurement
II.1.1.
Title
HS2 Rolling Stock Manufacture and Maintenance Services (‘RSM’).
Reference number: HS2 Programme_917
II.1.2.
Main CPV code
34620000 Rolling stock
II.1.3.
Type of contract
Supplies
II.1.4.
Short description
High Speed Two (HS2) Limited is responsible for developing and promoting the new high speed railway known as High Speed 2 (‘HS2’). HS2 will initially run between London and Birmingham (Phase One) but will subsequently be extended northwards to link Birmingham to Crewe (Phase 2a) and Manchester and Leeds (Phase 2b). All phases will see through trains to other destinations on the UK's conventional network. This Contract Notice formally commences the procurement of the Rolling Stock and associated Services for HS2. HS2 Ltd shall select Applicants to be invited to tender in accordance with the selection criteria detailed in II.2.5 below and in the Pre-Qualification Pack (‘PQP’). The Contracts will be awarded in line with the award criteria to be set out in the ITT.
Interested parties should note that the estimated contract value of 2 750 000 000 GBP (2015 prices) is based on the supply of a minimum of 54 trains plus 12 years' maintenance and the associated expenses for a new fleet of trains.
II.1.5.
Estimated total value
Value excluding VAT: 2 750 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
34621200 Railway maintenance or service vehicles
II.2.3.
Place of performance
NUTS code: UKG West Midlands (England)
Main site or place of performance: Birmingham.
II.2.4.
Description of the procurement
The scope of the services to be provided by the Tenderer awarded the Contracts will include (but not be limited to) the following:
1. under a Manufacture and Supply Agreement (MSA), for the Train Manufacturer and Maintainer (TMM) to design, build, test and commission a minimum of 54 new high speed trains (the Rolling Stock, as defined in the PQP), to be delivered from spring 2024 in advance of the expected commencement of HS2 Phase One passenger services in late 2026;
2. under a Train Services Agreement (TSA), for the TMM to provide train maintenance, servicing and refurbishment services (as required), and depot facilities management services, for a minimum term of circa 12 years from acceptance of each train;
3. following termination or expiry of the TSA, to continue to provide the necessary technical support and spares to the successor maintainer and repairer of the fleet if required by the HS2 Train Operator under a Technical Support and Spares Supply Agreement (‘TSSSA’).
Once in service, payment for services under the TSA will be adjusted to take account of (among other key performance indicators) the availability, reliability and performance of the fleet (including journey times, operational flexibility and energy efficiency).
To qualify to be invited to tender Applicants will be required to demonstrate that they have:
— a proven track record in the design, development, manufacturing, testing and introduction into service of passenger rolling stock on High Speed Rail;
— a proven track record in working closely with clients and infrastructure controllers in the delivery of rolling stock projects; and
— a proven track record in providing through life maintenance and ‘design authority’ support to their passenger rolling stock products.
See the PQP for full details of the selection process and assessment criteria.
The new fleet will need to be capable of operating on new and existing railway routes within the gauge and other constraints of those networks. The trains will need to operate on existing UK infrastructure (initially between Birmingham, Liverpool, Manchester and Glasgow on the West Coast Main Line) and on the UK's new HS2 Network with performance characteristics which deliver the HS2 Programme requirements for capacity and connectivity. See the Pre-qualification Technical Summary in the PQP for further details.
This Contract Notice relates only to the supply of the Rolling Stock and the Services under the MSA, TSA and TSSSA. It does not commence a separate competition for the financing of the new fleet of trains. In order to qualify to be invited to tender, Applicants will be required to meet a number of financial standing tests as set out in the PQP. HS2 Ltd reserves its right to commence a competition for the financing of the Rolling Stock at a later date. In connection with such a private financing, HS2 Ltd may nominate a private sector entity to perform the roles of Owner and, potentially, Operator of the new fleet under the MSA, TSA and TSSSA, and the Contracts will include provisions which will facilitate the introduction of private finance at a later stage.
Appendix A of the PQP provides an overview of the expected key commercial terms of the Contracts.
The selection of the TMM will be on the basis of most economically advantageous tender. The full award criteria and weightings will be as stated in the Invitation to Tender.
II.2.5.
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6.
Estimated value
Value excluding VAT: 2 750 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Start: 31/12/2019 End: 31/12/2038
This contract is subject to renewal: yes
Description of renewals:
The TSA will have a minimum duration of 12 years, with options to extend for up to the entire design life of 35 years. Following termination and/or expiry of the TSA, the Contract will be capable of survival in the form of a TSSSA under which the TMM would continue to provide technical support and spares to the successor maintainer and repairer of the trains.
II.2.9.
Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3Maximum number: 5Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10.
Information about variants
Variants will be accepted: no
II.2.11.
Information about options
Options: yes
Description of options:
Potential manufacture of additional Units to supplement the fleet as will be detailed in the Invitation to Tender. Potential extension of the TSA beyond the initial 12 year term up to the design life of the trains (see II.2.7 above).
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information

Section III: Legal, economic, financial and technical information

III.1.
Conditions for participation
III.1.2.
Economic and financial standing
List and brief description of selection criteria:
Applicants must meet Minimum Standards in relation to financial standing as set out in the PQP.
Minimum level(s) of standards possibly required:
As stated in the procurement documents.
III.1.3.
Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4.
Objective rules and criteria for participation
List and brief description of rules and criteria:
As stated in the procurement documents.
III.1.6.
Deposits and guarantees required
A Parent Company Guarantee, Advance Payment Bond and potentially other credit support arrangements will be required to be provided by the successful Tenderer. Detailed requirements will be set out in the Invitation to Tender.
III.1.7.
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
MSA, TSA and TSSSA payments as stated in the procurement documents.
III.1.8.
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
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 prequalification stage. HS2 Ltd will consider contracting with a Consortium, provided always that the participants in any joint venture are jointly and severally liable for all of the obligations of the TMM under the Contracts.
III.2.
Conditions related to the contract
III.2.2.
Contract performance conditions
As stated in the procurement documents.

Section IV: Procedure

IV.1.
Description
IV.1.1.
Type of procedure
Negotiated procedure with prior call for competition
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
IV.1.4.
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2.
Administrative information
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 29/06/2017 Local time: 12:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 24/04/2018
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
IV.2.6.
Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31/12/2020

Section VI: Complementary information

VI.1.
Information about recurrence
This is a recurrent procurement: no
VI.3.
Additional information
1. Unless otherwise defined, terms with an initial capital letter used in this Contract Notice, the PQP and the SQ have the meanings given in the section headed 'Glossary' in the PQP.
2. Applicants should note that the duration of the Contracts and other dates (such as the expected date of introduction into service of the Rolling Stock) expressed in this Contract Notice may be subject to change in accordance with the terms of the PQP, ITT and the Contracts (once awarded).
3. Additional information in respect of Section III.2) Conditions related to the contract: Appendix A of the PQP contains an overview of the expected commercial principles for the Contracts.
4. Applicants should note the 'Disclaimer and Important Notices' in Section 9 of the PQP and in particular the reservation of HS2 Ltd's rights set out in paragraph 9.2.1.
5. Applicants should note the following:
— All economic operators must complete the Selection Questionnaire (SQ) on the HS2 eSourcing Portal strictly in accordance with the submission deadline for Expressions of Interest (EoI) stated in the PQP.
— All economic operators are required to express an interest by registering on the HS2 eSourcing Portal (www.hs2.bravosolution.co.uk).
— Registering is only required once.
6. Registering: economic operators should browse to the HS2 eSourcing Portal and complete the following:
a) Click the 'Register Now!' link.
b) The below message will appear, Please do not create a duplicate account if you have forgotten your username, password or both. Please contact the Helpdesk on 0800 368 4850 or help@bravosolution.co.uk to continue, click 'close'. Once you have read and accepted the terms and conditions, select 'I agree' and click 'next'.
c) Enter your 'Registration Details' for your business and 'User Details.'
d) Note the username you use, this will be required when logging into the Portal going forward, and click 'save' when complete.
e) You will then receive an automated e-mail with your unique password.
f) Upon first registration you will be asked to change your automated password.
7. To access the SQ (previously known as the PQQ) and the PQP:
a) Login to the HS2 eSourcing Portal with your unique username and password.
b) Under the title My Procurement Project, Click on the 'PQQs open to all suppliers' link.
c) Click on the relevant titled prequalification item.
d) Click the 'express interest' button at the top of the page, a pop-up box will appear asking you to confirm you are about to express an interest, click ok. Then another pop-up will appear with details of the next steps, click ok. In the 'actions' box on the left hand side of the page (this will move the PQP into the applicants 'my PQQ' box). This is a secure area for projects only.
e) Click on the PQQ code. The applicant can now access any attachments by clicking the on the 'buyer attachments' on the menu on the left hand side.
f) Download the documents relating to the prequalification questionnaire. Click 'attachments' on the left hand side. The number in brackets refers to number of Documents that need to be downloaded. Click on the bold and underlined filename. Select 'save' and store on your PC.
8. Responding to the SQ:
a) On the left hand side menu, click 'My Response', the economic operators must now choose 'Create Response' or 'Decline to respond'' (If you select 'Decline to Respond' please detail a reason if declining).
b) Economic operators can now use the messages functions to communicate with HS2 Ltd and seek clarification. To access this, on the left hand menu, click 'Messages', you will be able to create a message here.
c) Please note the deadline for completion, this is a precise time and the HS2 eSourcing Portal will reject the economic operator’s EoI if it is submitted after this time.
d) Economic operators should click 'Edit Response' on the right hand side, and populate their response, Economic operators should click 'Submit Response' at the top of the page to submit their EoI.
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: High Speed Two (HS2) Limited
Postal address: Two Snow Hill Queensway
Town: Birmingham
Postal code: B4 6GA
Country: United Kingdom
Internet address: www.gov.uk/hs2
VI.4.2.
Body responsible for mediation procedures
Official name: High Speed Two (HS2) Limited
Postal address: Two Snow Hill Queensway
Town: Birmingham
Postal code: B4 6GA
Country: United Kingdom
Internet address: www.gov.uk/hs2
VI.5.
Date of dispatch of this notice
19/04/2017