Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
High Speed Two (HS2) Limited
High Speed Two (HS2) Ltd, Two Snowhill, Queensway
Birmingham
B4 6GA
UK
Contact person: Shannon Connell
E-mail: shannon.connell@hs2.org.uk
NUTS: UK
Internet address(es)
Main address: 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
Land Referencing Common Platform
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
HS2 Ltd are looking to procure a central spatially-enabled Land Referencing Common Platform managed solution to enable consistency and integrity of land referencing data and services delivered by multiple land referencing service suppliers to HS2 Ltd to support the objectives of the HS2 multi-phase programme. The solution will be procured as a complete managed service.
The central Land Referencing Common Platform will deliver the following:
• A single spatially enabled integrated data and document management service, accessible by all HS2 appointed suppliers of land referencing services;
• Data consistent with HS2 specifications;
• Referential integrity between Land Referencing Suppliers' datasets and;
• Improved compatibility with HS2 systems including ArcGIS and enterprise Bridge.
II.1.5) Estimated total value
Value excluding VAT:
4 700 000.00
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 are looking to procure a central, spatially-enabled common platform as a completed managed service for access and use by HS2 Ltd and up to 6 HS2 appointed Land Referencing suppliers. HS2 Ltd require provision of a software solution with additional supporting services including but not limited to software implementation, training, technical support and maintenance and administration of the software and datasets for HS2 Ltd and its appointed land referencing suppliers.
II.2.5) Award criteria
Criteria below:
Quality criterion: ITT Technical Criteria
/ Weighting: 70%
Quality criterion: ITT Commercial Criteria
/ Weighting: 30%
Price
/ Weighting:
30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
02/10/2023
End:
31/03/2028
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:
No
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.1.2) 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 ITT documentation
III.1.6) Deposits and guarantees required:
As set out in the ITT documentation
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the ITT documentation
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 ITT documentation
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the ITT documentation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2022/S 000-036555
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/05/2023
Local time: 16:00
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)
IV.2.7) Conditions for opening of tenders
Date:
30/05/2023
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
1) To express interest Tenderers must complete the Invitation to Tender (ITT) on the HS2 e-Sourcing portal strictly in accordance with the submission deadline stated in the ITT. Please note that the ITT submission deadline is a precise time and Tenderers should allow sufficient time to upload their completed ITTs;
2) HS2 Ltd will accept expressions of interest and tenders from a number of bidding models, including single entities or consortia. A Tenderer may only submit one ITT for the opportunity.HS2 Ltd will not accept multiple ITTs 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 tenderer or as party to a consortium);
3) All Tenderers 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 Tenderers 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 a Tenderer 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 agreement 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 Tenderers on terms set out in the ITT;
6) 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 ITT and with submitting any tender, howsoever incurred;
7) HS2 Ltd embraces diversity and welcomes ITTs 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 supplier(s) will receive any, or a particular volume or value of work.
9) The initial duration of the Contracts is for 4 years, 6 months and there is an option to extend the Contracts by a further 4 years (in single or multiple fixed terms), at HS2 Ltd’s sole discretion. The estimated values quoted in this Contract Notice are estimates and could be subject to change depending on HS2’s requirements.
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 Contracts and the reasons for the decision is communicated to tenderers.
VI.5) Date of dispatch of this notice
06/04/2023