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: Emily Scott
E-mail: Emily.Scott@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
Independent Innovation Advisory Support (Lot 1) & Innovation Service Delivery (Lot 2)
Reference number: 2373 (JAGGAER Project Reference Number)
II.1.2) Main CPV code
79410000
II.1.3) Type of contract
Services
II.1.4) Short description
To deliver the HS2 programme, HS2 Ltd needs to ensure innovation is embraced and driven throughout the design and build of the railway; enabling increased efficiencies to be delivered and allowing time, cost and quality targets to be met, whilst creating fewer emissions and noise.
To support Innovation across the HS2 programme, HS2 Ltd is seeking to award two Contracts as follows:
• Lot 1 Innovation Independent Advisory Support - focusing on the technical, engineering and supply chain aspects of innovation and providing independent technical expertise to de-risk and prove the value of an innovation to the wider HS2 programme; and
• Lot 2 - Innovation Service Delivery - focusing on the cultural aspects of innovation and how HS2 Ltd are able to create an aligned approach and capability of innovation across the organisation and its supply chain.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Economic Operators are invited to apply for Lot 1 and/or Lot 2 and may be successfully awarded both Lots should they be determined as the Most Economically Advantageous Tender (MEAT) in accordance with the process set out in the Procurement Documents.
II.2) Description
Lot No: 1
II.2.1) Title
Independent Innovation Advisory Support
II.2.2) Additional CPV code(s)
72221000
79410000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot will be focused on the technical, engineering and supply chain aspects of innovation and providing independent technical input to de-risk and prove the value of an innovation to the wider HS2 Ltd programme. The Supplier will be required to help identify the scale of the opportunity and qualification of the problem statements that sits under the thematic requirements of innovation.
II.2.5) Award criteria
Criteria below:
Quality criterion: ITT Technical Criteria
/ Weighting: 70%
Cost criterion: ITT Commercial Criteria
/ Weighting: 30%
II.2.6) Estimated value
Value excluding VAT:
5 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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
Lot No: 2
II.2.1) Title
Innovation Service Delivery
II.2.2) Additional CPV code(s)
79410000
79411100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot will be focused on the cultural aspects of innovation and how HS2 Ltd is able to create an aligned approach and capability of innovation across the organisation and its supply chain.
The Supplier will be required to review HS2 Ltd’s innovation vision and challenge areas to ensure that an effective innovation culture is being created and establish efficient ways of how this can be evolved over the lifetime of the HS2 programme. This will support in the overall achievement of skills and engagement to create a more innovative environment.
II.2.5) Award criteria
Criteria below:
Quality criterion: ITT Technical Criteria
/ Weighting: 70%
Cost criterion: ITT Commercial Criteria
/ Weighting: 30%
II.2.6) Estimated value
Value excluding VAT:
5 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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 PQQ documentation.
III.1.6) Deposits and guarantees required:
As set out in the PQQ documentation.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the PQQ 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 PQQ documentation.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the PQQ documentation.
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/02/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
02/05/2022
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 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 e-Sourcing 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 per the Lot(s) they are bidding for. 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 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 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 supplier(s) will receive any, or a particular volume or value of work.
9) The initial duration of the Contracts is for 36 months and there is an option to extend the Contracts by a further 24 months (in single or multiple fixed terms), at HS2 Ltd’s sole discretion. The estimated values quoted in this Contract Notice include allowance for the 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 Contracts and the reasons for the decision is communicated to tenderers.
VI.5) Date of dispatch of this notice
13/01/2022