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: Jennifer Bignell
E-mail: Jennifer.Bignell@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
Land Referencing Services Framework
Reference number: 2484
II.1.2) Main CPV code
70122200
II.1.3) Type of contract
Services
II.1.4) Short description
High Speed Two (HS2) Limited (‘HS2 Ltd’) continues to manage the largest land referencing and acquisition programme in the UK in more than 70 years, managing tens of thousands of land and property records, and thousands of land parcels, and engaging with tens of thousands of affected parties and stakeholder groups. This programme is a key enabler to the successful construction of the HS2 project.
Land referencing is a process by which legal interests in land, whether they are ownership, tenancy, licence, or rights of access, are researched and validated to ensure full and proper service of legal forms of notice under a range of orders and statutes.
To support this land referencing programme, HS2 Ltd is seeking to procure a multi-supplier Land Referencing Services Framework to provide:
• Land Referencing Services (Lot 1)
• Technical Support Services (Lot 2)
Further details relating to the requirements of the above Lots can be found within this contract notice and the procurement documentation
HS2 Ltd intends to appoint up to six Framework Agreement Suppliers for Lot 1 and up to four Framework Agreement Suppliers for Lot 2.
In order to gain access to the procurement documentation please create a free account on HS2 Ltd’s e-sourcing portal, JAGGAER, by following this link and clicking register - https://hs2.bravosolution.co.uk. If you already have an account, you will not need to register again. Applicants can access the PQQ documentation via the "Current Opportunities" link on the home page.
II.1.5) Estimated total value
Value excluding VAT:
55 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Land Referencing Services
II.2.2) Additional CPV code(s)
70122200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 services include the securing of access to land by agreement in advance of Act powers; to prepare land and property deliverables necessary for Bill deposit; to serve notice at the appropriate time on landowners on behalf of the SoS (Secretary of State), to support survey, possession and acquisition programmes; to register title to land acquired by compulsion or by agreement.
Full details of the Lot 1 services can be found in the procurement documentation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60%
Quality criterion: Social Value
/ Weighting: 10%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
53 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The expected Framework Agreement duration is four (4) years with the option to extend for a further period of four (4) years via single or multiple fixed terms. The maximum total Framework Agreement length is eight (8) years.
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
Lot No: 2
II.2.1) Title
Technical Support Services
II.2.2) Additional CPV code(s)
70122100
71356300
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 services include technical support required in relation to the land referencing process, such as specialist input to support technical direction and continuous improvement. This Lot will also include support such as process and business requirements analysis and specialist geographic information system (GIS) and land registration support.
Full details of the Lot 2 services can be found in the procurement documentation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60%
Quality criterion: Social Value
/ Weighting: 10%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
1 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The expected Framework Agreement duration is four (4) years with the option to extend for a further period of four (4) years via single or multiple fixed terms. The maximum total Framework Agreement length is eight (8) years.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As set out in the procurement documents.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 10
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/04/2023
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
09/08/2023
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: 10 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
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 Applicants must complete the Pre-Qualification Questionnaire (PQQ) on the HS2 eSourcing portal strictly in accordance with the submission deadline stated in the procurement documents. 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. Applicants can access the PQQ documentation via the "Current Opportunities" link on the home page;
4) For further assistance on use of the HS2 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) Access to the procurement documents will be conditional on the Applicant agreeing to abide by the terms of an electronic confidentiality agreement. If agreement is not received the procurement documents will remain hidden within the HS2 e-sourcing portal.
6) 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 procurement documentation;
7) 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;
8) 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;
9) There is no guarantee, express or implied, that appointed Consultants will receive any, or a particular volume or value of work.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Tenderers should contact the person named in 1.1 above in the first instance, and the Utilities Contract Regulations provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules can take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice
23/02/2023