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

Independent Innovation Advisory Support (Lot 1) & Innovation Service Delivery (Lot 2)

  • First published: 14 January 2022
  • Last modified: 14 January 2022

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:
Published by:
High Speed Two (HS2) Limited
Authority ID:
AA23312
Publication date:
14 January 2022
Deadline date:
22 February 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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.

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: 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

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
79410000 Business and management consultancy services Business and management consultancy and related services
79411100 Business development consultancy services General management consultancy 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:
Emily.Scott@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.