Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
High Speed Two (HS2) Limited
High Speed Two (HS2) Limited, Two Snowhill, Queensway
Birmingham
B4 6GA
UK
Contact person: James Patterson
E-mail: james.patterson@hs2.org.uk
NUTS: UK
Internet address(es)
Main address: https://www.hs2.org.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://hs2.bravosolution.co.uk/web/index.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://hs2.bravosolution.co.uk/web/index.html
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Post-excavation Services
Reference number: 2190
II.1.2) Main CPV code
71351914
II.1.3) Type of contract
Services
II.1.4) Short description
HS2 Ltd is seeking to procure a Post-excavation Services contract to deliver the final stages of historic environment investigation for Phase One and Phase 2a. The HS2 Project presents an unprecedented opportunity to explore the country’s past, through the UK’s largest ever linear infrastructure project.
The appointed Consultant will provide historic environment and project management expertise to deliver HS2’s end-to-end post-excavation programme, including the analysis, dissemination, publication and archiving of HS2’s historic environment assets from along the line of route.
In procuring this contract HS2 Ltd is delivering commitments made by the Secretary of State for Transport with regard to historic environment, through a programme of post-excavation that provides public benefit and realises HS2’s archaeological legacy. The key contract objectives are to enhance knowledge by:
• contributing to key questions about prehistory and history;
• testing interpretative concepts and methodological techniques; and
• challenging the way that the historic environment industry investigate and interpret the past.
II.1.5) Estimated total value
Value excluding VAT:
55 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
HS2 Ltd is seeking to procure a Post-excavation Services contract to deliver the final stages of historic environment investigation for Phase One and Phase 2a. The HS2 Project presents an unprecedented opportunity to explore the country’s past, through the UK’s largest ever linear infrastructure project.
The appointed Consultant will provide historic environment and project management expertise to deliver HS2’s end-to-end post-excavation programme, including the analysis, dissemination, publication and archiving of HS2’s historic environment assets from along the line of route.
In procuring this contract HS2 Ltd is delivering commitments made by the Secretary of State for Transport with regard to historic environment, through a programme of post-excavation that provides public benefit and realises HS2’s archaeological legacy. The key contract objectives are to enhance knowledge by:
• contributing to key questions about prehistory and history;
• testing interpretative concepts and methodological techniques; and
• challenging the way that the historic environment industry investigate and interpret the past.
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:
55 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
There are options to extend this contract for a further 24 months.
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:
The lead organisation must be accredited as a Registered Organisation with the Chartered Institute for Archaeologists.
III.1.2) Economic and financial standing
Selection criteria 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
As set out in the Procurement Documents.
III.1.6) Deposits and guarantees required:
As set out in the Procurement Documents.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out 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:
As set out in the Procurement Documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the Procurement Documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.8) Information about 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 procedure
Notice number in the OJ S:
2021/S 000-012383
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/06/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
19/09/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
1) To express interest Applicants must complete the Pre-Qualification Questionnaire (PQQ) on the HS2 eSourcing portal strictly in accordance with the submission deadline stated in the PQQ. Please note that the PQQ submission deadline is a precise time and applicants should allow sufficient time to upload their completed PQQs;
2) HS2 Ltd will accept expressions of interest and tenders from a number of bidding models, including single entities or consortia. An Applicant may only submit one PQQ. HS2 Ltd will not accept multiple PQQs from the same organisation/economic operators, or from multiple organisations/economic operators within the same corporate group or otherwise under common ownership (whether as single applicant or as party to a consortium);
3) All Applicants are required to express an interest by registering on the HS2 e-Sourcing portal (https://hs2.bravosolution.co.uk/web/index.html). Registration is only required once;
4) For further assistance on use of HS2 Ltd's e-Sourcing portal Applicants should contact the portal's helpdesk which is available Monday to Friday (08:00–18:00) GMT via:
— email: help_uk@jaggaer.com or
— telephone: +44 800 069 8630;
5) A response to this Contract Notice does not guarantee that an Applicant will be invited to tender. The procurement 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 arising out of the procurement procedure envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice or the procurement procedure envisaged by it. 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 PQQ;
6) Applicants (and subsequently tenderers) 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;
7) HS2 Ltd embraces diversity and welcomes PQQs from all suitably skilled and experienced economic operators of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership;
8) There is no guarantee, express or implied, that appointed Consultant will receive any, or a particular volume or value of work. The estimated value quoted in this Contract Notice includes allowance for the maximum extension option.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
HS2 Ltd will incorporate a minimum of 10 (ten) calendar day standstill period at the point information on the award of the contract and the reasons for the decision is communicated to tenderers
VI.5) Date of dispatch of this notice
19/04/2022