Periodic indicative Notice - Utilities - Call for competition

Information

Published

Expire date: 24/02/2023

External Reference: 2022-515280

FTS Reference: 2022-034961

Periodic indicative Notice - Utilities - Call for competition

Periodic indicative notice – utilities

This notice is a call for competition

Services

Section I: Contracting entity

I.1)

Name and addresses

HS1 Ltd
03539665
5th floor, Kings Place, 90 York Way
London
N1 9AG
UK
Contact person: Procurement Two
Telephone: +44 2070142700
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58043&B=HIGHSPEED1
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Other activity:  Rail Infrastructure

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Ashford International Statement Management - Call for Competition
Reference number:  HS1-ENG-2022-56
II.1.2)

Main CPV code

60200000  -  Railway transport services
II.1.3)

Type of contract

Services
II.1.4)

Short description

HS1 is to replace its current Station Management Agreement (“SMA”) for Ashford International Station from 01 October 2023 on a 3-year 3-month 1+1+1 contractual basis. Therefore, HS1 is seeking bidder proposals to undertake the works including, building upon current successes, and providing class leading customer service as well as technological and management innovations. Emphasis is being placed upon delivering the highest standards of customer service for stakeholders and value-added products in line with our ultimate station goals of being the best in the world
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

60210000  -  Public transport services by railways
79993000  -  Building and facilities management services
79993100  -  Facilities management services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

HS1 is to replace its current Station Management Agreement (“SMA”) for Ashford International Station from 01 October 2023 on a 3-year 3-month 1+1+1 contractual basis. Therefore, HS1 is seeking bidder proposals to undertake the works including, building upon current successes, and providing class leading customer service as well as technological and management innovations. Emphasis is being placed upon delivering the highest standards of customer service for stakeholders and value-added products in line with our ultimate station goals of being the best in the world The specification will define the requirements for station management, including the requirement to: • Hold ROG’s certification, • Undertaking of security to DfT LTS requirements, cleaning, and maintenance • Support to undertake preventative and corrective maintenance to the whole of the Mechanical, Electrical and Plumbing (MEP), building Fabric, Communications and Data systems installed at Ashford International Station.
The exact requirement and scope of service can be found within Appendix 1 and Appendix 1A of the RFP. Please refer to the attached Call for Competition document for the next steps including the completion of an NDA before receiving the additional confidential appendices.
II.2.6)

Estimated value

Value excluding VAT: 900000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

This contract is subject to renewal: yes
Description of renewals:  
Initial duration of 3 years and 3 months, with extensions of 1+1+1 years
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Selection criteria as stated in the Procurement documents.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the Procurement documents.
Minimum level(s) of standards possibly required:  
Selection criteria as stated in the Procurement documents.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Selection criteria as stated in the Procurement documents.
Minimum level(s) of standards possibly required:  
Selection criteria as stated in the Procurement documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Selection criteria 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.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for the receipt of applications for an invitation to tender or to negotiate / Time limit for receipt of expressions of interest

Date:  24/02/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

HS1 Ltd
Fifth Floor, Kings Place, 90 York Way,
London
N1 9AG
UK

VI.4.2)

Body responsible for mediation procedures

HS1 Legal Team
90 York Way
London
N1 9AG
UK

VI.4.4)

Service from which information about the review procedure may be obtained

HS1 Procurement Team
90 York Way
London
N1 9AG
UK