Contract award notice – utilities
Results of the procurement procedure
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addressesOfficial name: High Speed Two (HS2) Limited (and in addition the Contracting Bodies listed in VI.3 below)
Postal address: High Speed Two (HS2) Limited, Two Snowhill, Snow Hill Queensway
Town: Birmingham
NUTS code: UK United Kingdom
Postal code: B46GA
Country: United Kingdom
E-mail: scc@hs2.org.uk
Internet address(es):
Main address: www.gov.uk/government/organisations/high-speed-two-limited
I.6)Main activityRailway services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
High Speed Two (HS2) Limited, Phase One Stations - Framework Agreement for Lifts and Escalators
II.1.2)Main CPV code45313000 Lift and escalator installation work
II.1.3)Type of contractWorks
II.1.4)Short description:
This procurement was to establish a Framework Agreement (two single supplier Lots) for the design, manufacture, supply, installation and maintenance of Lifts (Lot 1) and Escalators (Lot 2) primarily for the new Phase One Stations to be constructed at Euston, Old Oak Common, Birmingham Curzon Street and Interchange. Lifts and Escalators 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 for use by the Phase One Station Contractors (Supply and Installation Call-Off Contracts) and for use by High Speed Two (HS2) Limited ("HS" Ltd") (Maintenance Call-Off Contracts) or by the other Contracting Bodies defined in VI.3 below.
II.1.6)Information about lotsThis contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT) (Agree to publish? yes)Value excluding VAT: 316 000 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)42416000 Lifts, skip hoists, hoists, escalators and moving walkways
42416100 Lifts
42416120 Goods lifts
II.2.3)Place of performanceNUTS code: UK United Kingdom
II.2.4)Description of the procurement:
This procurement was for the establishment of a Framework Agreement. HS2 Ltd has appointed one Contractor to Lot 1.
Lot 1 is for the design, manufacture, supply, installation and maintenance of Lifts 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 Maintenance Call-Off Contract is for up to a 20 year term. Lifts may also be required and called off under the Framework Agreement as Optional Scope at other HS2 sites. Lot 1 will be used by the Phase One Station Contractors (Supply and Installation Call-Off Contracts for design, manufacture, supply, installation of Lifts) and used by HS2 Ltd (Maintenance Call-Off Contract for maintenance of Lifts) or by the other Contracting Bodies defined in VI.3) Additional information below.
The selection of the Contractor for Lot 1 was on the basis of most economically advantageous tender.
II.2.11)Information about optionsOptions: yes
Description of options:
HS2 Ltd reserves the right to omit and/or vary the Scope of Lot 1. Note in particular that:
1) Optional Scope
a) The Scope includes Base Scope and may include Optional Scope comprising:
London Old Oak Common - GWML Station Lifts
London Euston – London Underground Station Lifts
Automated People Mover Lifts
NICC and Washwood Heath Depot Lifts
Euston Tunnels & Approaches (MWCC-S1) Lifts
Northolt Tunnels (MWCC-S2) Lifts
Chiltern Tunnels and Colne Valley Viaduct (MWCC-C1) Lifts
2) 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 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.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
See VI.3) Additional information in this Contract Award Notice below.
II.2)Description
II.2.2)Additional CPV code(s)42416000 Lifts, skip hoists, hoists, escalators and moving walkways
42416400 Escalators
50740000 Repair and maintenance services of escalators
II.2.3)Place of performanceNUTS code: UK United Kingdom
II.2.4)Description of the procurement:
This procurement was for the establishment of a Framework Agreement. HS2 Ltd has appointed one Contractor to Lot 2.
Lot 2 is for the design, manufacture, supply, installation and maintenance of Escalators 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 Maintenance Call-Off Contract is for up to a 20 year term. Escalators may also be required and called off under the Framework Agreement as Optional Scope at other HS2 sites. Lot 2 will be used by the Phase One Station Contractors (Supply and Installation Call-Off Contracts for design, manufacture, supply, installation of Escalators) and used by HS2 Ltd (Maintenance Call-Off Contract for maintenance of Escalators) or by the other Contracting Bodies defined in VI.3) Additional information below.
The selection of the Contractor for Lot 2 was on the basis of most economically advantageous tender.
II.2.11)Information about optionsOptions: yes
Description of options:
HS2 Ltd reserves the right to omit and/or vary the Scope of Lot 2. Note in particular that:
1) Optional Scope
a) The Scope includes Base Scope and may include Optional Scope comprising:
London Old Oak Common - GWML Station Escalators
London Euston – London Underground Station Escalators
Automated People Mover Escalators
2) 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 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.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
See VI.3) Additional information in this Contract Award Notice below.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
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.2.1)Previous publication concerning this procedureNotice number in the OJ S: 2020/S 079-187644
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a periodic indicative noticeThe contracting entity will not award any further contracts based on the above periodic indicative notice
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:16/01/2022
V.2.2)Information about tendersNumber of tenders received: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: TK Elevator UK Limited
National registration number: 00688790
Postal address: The Lookout, 4 Bull Close Road, Nottingham NG7 2UL
Town: Nottingham
NUTS code: UK United Kingdom
Postal code: NG7 2UL
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT) (Agree to publish? yes)Total value of the contract/lot: 161 000 000.00 GBP
V.2.5)Information about subcontracting
V.2.6)Price paid for bargain purchases
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:16/01/2022
V.2.2)Information about tendersNumber of tenders received: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: TK Elevator UK Limited
Postal address: The Lookout, 4 Bull Close Road, Nottingham NG7 2UL
Town: Nottingham
NUTS code: UK United Kingdom
Postal code: NG7 2UL
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT) (Agree to publish? yes)Total value of the contract/lot: 155 000 000.00 GBP
V.2.5)Information about subcontracting
V.2.6)Price paid for bargain purchases
Section VI: Complementary information
VI.3)Additional information:
I.1 Contracting Entity: This Contract Award 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;
• Network Rail;
• Station Contractors;
• MWCC Contractors;
• APM Contractor;
• NICC and Washwood Heath Depot Contractor;
• Any other body as may assume delivery, ownership and/or maintenance 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.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation proceduresOfficial name: High Court
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice:07/02/2022
http://ted.europa.eu/udl?uri=TED:NOTICE:78359-2022:DATA:EN:HTML&src=0&tabId=2