Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Land Referencing Common Platform

  • First published: 07 April 2023
  • Last modified: 07 April 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-039430
Published by:
High Speed Two (HS2) Limited
Authority ID:
AA23312
Publication date:
07 April 2023
Deadline date:
26 May 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
shannon.connell@hs2.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.