Sezione II: Oggetto
II.1)Entità dell'appalto
II.1.1)Denominazione:
Track Systems for Phase One and Phase 2a of the HS2 Project
II.1.2)Codice CPV principale45230000 Lavori di costruzione di condutture, linee di comunicazione e linee elettriche, autostrade, strade, campi di aviazione e ferrovie; lavori di livellamento
II.1.3)Tipo di appaltoLavori
II.1.4)Breve descrizione:
This procurement relates to track systems and HS2 Ltd intends to award the following contracts:
1) Delivery contract for Phase 1 Track — Urban including Birmingham Spur (Lot 1 below);
2) Delivery contract for Phase 1 Track — Open Route Central (Lot 2 below);
3) Delivery contract for Phase 1 Track — Open Route North (Lot 3 below);
4) Framework Agreement for Phase 2a Track delivery and other works (see Lot 4 below).
Further information about the scope of works and the lots is set out in the remainder of this contract notice (see also Additional Information VI.3) in relation to related supply contracts) and in the pre-qualification pack (PQP). Expressions of interest are welcomed as set out in this contract notice and the PQP.
Note there are restrictions on the number of lots 1 to 3 inclusive that may be awarded to any one tenderer. Economic operators may only express an interest in lot 4 if they are also expressing an interest in one or more of lots 1, 2 and 3. Please see below and the PQP.
II.1.5)Valore totale stimatoValore, IVA esclusa: 1 957 000 000.00 GBP
II.1.6)Informazioni relative ai lottiQuesto appalto è suddiviso in lotti: sì
Le offerte vanno presentate per tutti i lotti
Numero massimo di lotti che possono essere aggiudicati a un offerente: 3
L'amministrazione aggiudicatrice si riserva la facoltà di aggiudicare i contratti d'appalto combinando i seguenti lotti o gruppi di lotti:
Max No of lots that may be awarded to a tenderer: three comprising two of lots 1, 2 and 3 plus lot 4. HS2 Ltd reserves right to award contracts combining the following lots or groups of lots: any of lots 1, 2 and 3 (to a maximum of 2) if the tenderer is successful in relation to each lot. Lot 4 will be awarded separately. HS2 Ltd reserves the right to award one or more contracts to a successful tenderer.
II.2)Descrizione
II.2.1)Denominazione:
Track — Urban (Phase 1) including Birmingham Spur
Lotto n.: 1
II.2.2)Codici CPV supplementari34940000 Attrezzature ferroviarie
34941200 Rotaie
34941600 Giunzioni di binari
34941800 Deviatoi
34944000 Sistema di riscaldamento di deviatoi
34946000 Materiali e forniture per la costruzione di strade ferrate
34946110 Binari
34947000 Traverse e parti di traverse
43500000 Veicoli cingolati
45234100 Lavori di costruzione ferroviari
45234112 Lavori di costruzione di depositi ferroviari
45234116 Lavori di posa di binari
71320000 Servizi di ideazione tecnica
II.2.3)Luogo di esecuzioneCodice NUTS: UK UNITED KINGDOM
II.2.4)Descrizione dell'appalto:
The scope of works included within lot 1 includes the following:
Design and construction of:
— 63 km of resilient cast in-situ slab track,
— 21 km of standard pre-cast slab track (a separate supply arrangement),
— 38 km of standard cast in-situ slab track or optional pre-cast slab track,
— 75 mainline switches and crossings (S&C) units and 18 rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor);
— 20 No buffer stops — a combination of permanent and temporary units to support a phased entry into service;
— 4 km of track spacing infill to provide drainage continuity to drainage systems installed by others;
— 36 km of cable containment (troughing), to support the routing of HV and LV cables;
— provision of (and subsequent removal of) a temporary railhead at West Ruislip for used for construction purposes,
— a permanent maintenance facility at West Ruislip.
All of the above figures are approximate.
The extent of the lot 1 works includes the installation of all track infrastructure within the urban geographical area, which includes stations, open route, bored tunnels and cut-and-cover tunnels.
The lot 1 works include the development of the detailed design for all track infrastructure within the urban geographical area and full integration of this design with the works of others including Main Work Civils and Railway Systems packages. This lot also includes the undertaking of static integration testing of the track system, as well as providing onsite support and facilitation of the dynamic testing phase coordinated by the client.
The lot 1 works also include principal contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This Principal contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of engineering trains for itself and others within the working area.
Further detailed requirements and responsibilities will be set out in the invitation to tender (ITT).
II.2.5)Criteri di aggiudicazioneIl prezzo non è il solo criterio di aggiudicazione e tutti i criteri sono indicati solo nei documenti di gara
II.2.6)Valore stimatoValore, IVA esclusa: 434 000 000.00 GBP
II.2.7)Durata del contratto d'appalto, dell'accordo quadro o del sistema dinamico di acquisizioneInizio: 15/04/2022
Fine: 14/08/2030
Il contratto d'appalto è oggetto di rinnovo: no
II.2.9)Informazioni relative ai limiti al numero di candidati che saranno invitati a partecipareNumero previsto di candidati: 4
Criteri obiettivi per la selezione del numero limitato di candidati:
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.
II.2.10)Informazioni sulle variantiSono autorizzate varianti: no
II.2.11)Informazioni relative alle opzioniOpzioni: no
II.2.13)Informazioni relative ai fondi dell'Unione europeaL'appalto è connesso ad un progetto e/o programma finanziato da fondi dell'Unione europea: no
II.2.14)Informazioni complementari
Organisations expressing interest in this lot must complete and submit a PQQ by the date in section IV.2.2). The delivery contract will contain a general right for HS2 Ltd to omit work from its scope for any reasons, incl. without limitation to give this work to another party and reserves the right to re-allocate work within the scope of this procurement and this lot between different HS2 contracts.
II.2)Descrizione
II.2.1)Denominazione:
Lot 2: Track Open Route Central (Phase 1)
Lotto n.: 2
II.2.2)Codici CPV supplementari34940000 Attrezzature ferroviarie
34941200 Rotaie
34941600 Giunzioni di binari
34944000 Sistema di riscaldamento di deviatoi
34946000 Materiali e forniture per la costruzione di strade ferrate
34946110 Binari
34947000 Traverse e parti di traverse
43500000 Veicoli cingolati
45234100 Lavori di costruzione ferroviari
45234112 Lavori di costruzione di depositi ferroviari
45234116 Lavori di posa di binari
71320000 Servizi di ideazione tecnica
II.2.3)Luogo di esecuzioneCodice NUTS: UK UNITED KINGDOM
II.2.4)Descrizione dell'appalto:
The scope of works included within lot 2 includes the following:
Design and construction of:
— 159 km of standard pre-cast slab track (a separate supply arrangement);
— 22 mainline switches and crossings (S&C) units and 18 Rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any hydraulically bonded layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor);
— 4 No buffer stops — a combination of permanent and temporary units to support a phased entry into service;
— 81 km of track spacing infill to provide drainage continuity to drainage systems installed by others;
— 393 km of cable containment (troughing), to support the routing of HV and LV cables;
— provision of (and subsequent removal of) a railhead at Calvert to be used for construction purposes, which is then subsequently converted into an infrastructure maintenance depot (IMD) for the ongoing maintenance of HS2 Ltd's rail-mounted plant fleet.
All of the above figures are approximate.
The extent of the lot 2 works includes the installation of all track infrastructure within the central geographical area, including through open route, viaducts and cut-and-cover tunnels.
The scope of the lot 2 works includes the development of the detailed design for all track infrastructure within the central geographical area and full integration of this design with the works of other railway systems packages. This lot also includes the undertaking of static integration testing of the track system, as well as providing on-site support and facilitation of the dynamic testing phase coordinated by the client.
The lot 2 works also include the undertaking of principal contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This principal contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of engineering trains for itself and others within the working area.
Final detailed arrangements will be as set out in the invitation to tender (ITT).
II.2.5)Criteri di aggiudicazioneIl prezzo non è il solo criterio di aggiudicazione e tutti i criteri sono indicati solo nei documenti di gara
II.2.6)Valore stimatoValore, IVA esclusa: 526 000 000.00 GBP
II.2.7)Durata del contratto d'appalto, dell'accordo quadro o del sistema dinamico di acquisizioneInizio: 15/04/2022
Fine: 14/04/2028
Il contratto d'appalto è oggetto di rinnovo: no
II.2.9)Informazioni relative ai limiti al numero di candidati che saranno invitati a partecipareNumero previsto di candidati: 4
Criteri obiettivi per la selezione del numero limitato di candidati:
Objective criteria for choosing the limited number of candidates:
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.
II.2.10)Informazioni sulle variantiSono autorizzate varianti: no
II.2.11)Informazioni relative alle opzioniOpzioni: no
II.2.13)Informazioni relative ai fondi dell'Unione europeaL'appalto è connesso ad un progetto e/o programma finanziato da fondi dell'Unione europea: no
II.2.14)Informazioni complementari
Organisations expressing interest in this lot must complete and submit a PQQ by the date in section IV.2.2). The delivery contract will contain a general right for HS2 Ltd to omit work from its scope for any reasons, incl. without limitation to give this work to another party and reserves the right to re-allocate work within the scope of this procurement and this lot between different HS2 contracts.
II.2)Descrizione
II.2.1)Denominazione:
Lot 3: Track Open Route North (Phase 1)
Lotto n.: 3
II.2.2)Codici CPV supplementari34940000 Attrezzature ferroviarie
34941200 Rotaie
34941600 Giunzioni di binari
34941800 Deviatoi
34944000 Sistema di riscaldamento di deviatoi
34946000 Materiali e forniture per la costruzione di strade ferrate
34946110 Binari
34947000 Traverse e parti di traverse
43500000 Veicoli cingolati
45234100 Lavori di costruzione ferroviari
45234112 Lavori di costruzione di depositi ferroviari
45234116 Lavori di posa di binari
71320000 Servizi di ideazione tecnica
II.2.3)Luogo di esecuzioneCodice NUTS: UK UNITED KINGDOM
II.2.4)Descrizione dell'appalto:
The scope of works included within lot 3 includes the following:
Design and construction of:
— 176 km of standard pre-cast slab track (a separate supply arrangement);
— 12 km of high-speed ballasted track (design and construction), to link the high-speed infrastructure with the conventional rail national network in the vicinity of Handsacre (north of Birmingham);
— 42 mainline switches and crossings (S&C) units and 18 rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any hydraulically bonded layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor);
— 93 km of track spacing infill to provide drainage continuity to drainage systems installed by others;
— 324 km of cable containment (troughing), to support the routing of HV and LV cables;
— provision of (and subsequent removal of) a temporary railhead at Berkswell to be used for construction purposes.
All of the above figures are approximate.
The extent of the lot 3 works includes the installation of all track infrastructure within the North geographical area, including through open route, viaducts and cut-and-cover tunnels.
The scope of the lot 3 works includes the development of the detailed design for all track infrastructure within the North geographical area and full integration of this design with the works of other railway systems packages. This lot also includes the undertaking of static integration testing of the track system, as well as providing onsite support and facilitation of the dynamic testing phase coordinated by the client.
The lot 3 works also includes the undertaking of principal contractor duties under the Construction (Design and Management) Regulations 2015 for the line of route up to and including the permanent boundary, plus any railheads or temporary construction compounds required to support the delivery of the works. This principal contractor role requires the provision of support to the client to manage the integration and prioritisation of construction activities, as well as the function of administering the Construction Railway Rulebook and managing the movement of engineering trains for itself and others within the working area.
Final detailed arrangements will be as set out in the invitation to tender (ITT).
II.2.5)Criteri di aggiudicazioneIl prezzo non è il solo criterio di aggiudicazione e tutti i criteri sono indicati solo nei documenti di gara
II.2.6)Valore stimatoValore, IVA esclusa: 566 000 000.00 GBP
II.2.7)Durata del contratto d'appalto, dell'accordo quadro o del sistema dinamico di acquisizioneInizio: 15/04/2022
Fine: 14/11/2027
Il contratto d'appalto è oggetto di rinnovo: no
II.2.9)Informazioni relative ai limiti al numero di candidati che saranno invitati a partecipareNumero previsto di candidati: 4
Criteri obiettivi per la selezione del numero limitato di candidati:
Objective criteria for choosing the limited number of candidates:
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.
II.2.10)Informazioni sulle variantiSono autorizzate varianti: no
II.2.11)Informazioni relative alle opzioniOpzioni: no
II.2.13)Informazioni relative ai fondi dell'Unione europeaL'appalto è connesso ad un progetto e/o programma finanziato da fondi dell'Unione europea: no
II.2.14)Informazioni complementari
Organisations expressing interest in this lot must complete and submit a PQQ by the date in section IV.2.2). The delivery contract will contain a general right for HS2 Ltd to omit work from its scope for any reasons, incl. without limitation to give this work to another party and reserves the right to re-allocate work within the scope of this procurement and this lot between different HS2 contracts.
II.2)Descrizione
II.2.1)Denominazione:
Track Framework Agreement (including Phase 2a Track Systems)
Lotto n.: 4
II.2.2)Codici CPV supplementari34940000 Attrezzature ferroviarie
34941200 Rotaie
34941600 Giunzioni di binari
34941800 Deviatoi
34944000 Sistema di riscaldamento di deviatoi
34946000 Materiali e forniture per la costruzione di strade ferrate
34946110 Binari
34947000 Traverse e parti di traverse
43500000 Veicoli cingolati
45234100 Lavori di costruzione ferroviari
45234112 Lavori di costruzione di depositi ferroviari
45234116 Lavori di posa di binari
71320000 Servizi di ideazione tecnica
II.2.3)Luogo di esecuzioneCodice NUTS: UK UNITED KINGDOM
II.2.4)Descrizione dell'appalto:
HS2 Ltd intends to establish a multi-supplier framework agreement (FA) alongside the delivery contracts for lots 1, 2 and 3. The scope of work covered by the FA will be:
— the Phase 2a track delivery contract (see below);
— the works covered by lots 1, 2 and 3 (or the residual elements of those works) in the event of the termination or other failure of those contracts due to contractor default (see the PQP and procurement docs for further detail);
— other parts of the scope of lots 1, 2 and 3 works in the event they are omitted from those contracts for any reasons;
— other optional works scope relating to the HS2 Track Systems or wider HS2 Project (See ITT for details). HS2 Ltd intends to appoint the following suppliers to the FA:
• the successful tenderers for lots 1, 2 and 3 and, in the event they are different entities,
• the second highest scoring tenderer for lots 1,
• the second highest scoring tenderer for lot 2, and
• the second highest scoring tenderer for lot 3.
Economic operators may only express an interest in lot 4 if they do so in addition to expressing an interest in at least one of lots 1, 2 and 3. Economic operators expressing an interest in lots 1, 2 and/or 3 are not obliged to express interest in or ultimately be appointed to the FA. Any call-off contracts under the FA will be awarded following a mini-competition procedure, the rules for which will be set out in the full FA which will form part of the ITT for each lot. Only those parties appointed to the FA will be eligible to participate in such mini-competitions. There is no guaranteed minimum or maximum value of work to be awarded under the FA and HS2 Ltd reserves the right not to launch any mini-competition or award any call-off contracts under the FA, including for the avoidance of doubt, any call-off contract for all or part of the Phase 2a delivery contract. Further information about the operation of the FA appears in the PQP and will be set out in full detail in the ITT. HS2 Ltd reserves the right to provide in the FA for its use by any delivery body or other of its contractors or successor body appointed in relation to Phase 2a of the HS2 Project to call off the Phase 2a delivery contract. HS2 Ltd therefore reserves the right for the Phase 2a delivery contract to be entered into by that delivery body or other contractor or successor body.
The Phase 2a delivery contract:
HS2 Ltd reserves the right to award one or more call-off contracts for the Phase 2a delivery works.
The scope of works included within the Phase 2a delivery contract (which shall be a call-off contract under the FA) includes the following: design and construction of
— 119 km of standard pre-cast slab track (a separate supply arrangement);
— 5 km of standard cast in-situ slab track or optional pre-cast slab track;
— 23 mainline switches and crossings (S&C) units and 23 rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any hydraulically bonded layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor);
— 2 No buffer stops — either permanent or temporary units to support a phased entry into service;
— 72 km of track spacing infill to provide drainage continuity to systems installed by others;
— 314 km of cable containment (troughing), to support the routing of HV and LV cables;
— provision of (and subsequent removal of) a railhead at stone to be used for construction purposes, which is then subsequently converted into an Infrastructure maintenance base;
— rail served (IMB-R) for the ongoing maintenance of the clients rail-mounted plant fleet.
The extent of the Phase 2a delivery contract scope lot 4 works includes the design and installation of all track infrastructure within the Phase 2a geographical area, incl. through open route, viaducts, bored and cut-and-cover tunnels. Principal contractor duties CDM Regs 2015.
II.2.5)Criteri di aggiudicazioneIl prezzo non è il solo criterio di aggiudicazione e tutti i criteri sono indicati solo nei documenti di gara
II.2.6)Valore stimatoValore, IVA esclusa: 431 000 000.00 GBP
II.2.7)Durata del contratto d'appalto, dell'accordo quadro o del sistema dinamico di acquisizioneInizio: 15/08/2022
Fine: 14/08/2030
Il contratto d'appalto è oggetto di rinnovo: no
II.2.9)Informazioni relative ai limiti al numero di candidati che saranno invitati a partecipareNumero previsto di candidati: 6
Criteri obiettivi per la selezione del numero limitato di candidati:
See II.2.4) above and the PQP for details.
II.2.10)Informazioni sulle variantiSono autorizzate varianti: no
II.2.11)Informazioni relative alle opzioniOpzioni: no
II.2.13)Informazioni relative ai fondi dell'Unione europeaL'appalto è connesso ad un progetto e/o programma finanziato da fondi dell'Unione europea: no
II.2.14)Informazioni complementari
Organisations expressing interest in this lot must complete and submit a PQQ by the date in section IV.2.2). The delivery contract will contain a general right for HS2 Ltd to omit work from its scope for any reasons, incl. without limitation to give this work to another party and reserves the right to re-allocate work within the scope of this procurement and this lot between different HS2 contracts.