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

HS2 Ltd Green Asset Maintenance & Management Services

  • First published: 11 January 2024
  • Last modified: 11 January 2024

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-042bbf
Published by:
High Speed Two (HS2) Limited
Authority ID:
AA23312
Publication date:
11 January 2024
Deadline date:
27 February 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.

HS2 Ltd anticipates making two (2) contract awards for Lot 1 that are broadly equitable in value. However, HS2 Ltd reserves the right, at its sole discretion, to take account of other considerations (for example, but not exclusively, capacity and programme constraints, technical fit, performance standards, and price to ensure best value for money) when allocating the volume of Services and HS2 Ltd may allocate the volume of Services based on any such relevant considerations. HS2 Ltd does not guarantee a minimum volume or value of Services under any Contract.

For Lot 1, it is envisaged that the two contract awards will have an aggregated value of between 55 314 000 GBP and 78 264 000 GBP. The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised).

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: HS2 Ltd Supply Chain Team

E-mail: scc@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

HS2 Ltd Green Asset Maintenance & Management Services

Reference number: Project_2750

II.1.2) Main CPV code

77000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

As part of the High Speed Rail (London – West Midlands) Act 2017 (HS2 Act), HS2 Ltd has a legal requirement to mitigate its environmental effects. In addition, HS2 Ltd has a requirement through agreements with the Department for Transport to provide environmental benefits. These requirements and provision of benefits include the provision of green assets.

HS2 Ltd has acquired much of its land temporarily to construct the railway. Some of this land has been or will be developed into environmental mitigation sites (Green Assets), which range from sites compensating for the loss of grassland, scrub and woodland habitats to new receptor sites for ancient woodland soils, amphibians and reptiles as well as other ecological and landscape mitigation sites. Collectively, this is referred to as our Green Corridor, which, once delivered, will span 3,500ha.

HS2 Ltd has adopted a hierarchical strategy transfer Green Assets not required to safely operate the railway, firstly to original landowners, then with other third parties such as NGOs and charities, and then commercial use before any residual assets become part of the operational asset portfolio. The final volumes of Maintenance and Management of residual Green Assets will therefore be dependent upon the levels of these asset transfers.

These green assets, include, but are not limited to the following:

• Woodlands;

• Grasslands;

• Hedgerows;

• Ponds, ditches and other non-engineering related drainage features; and

• Habitat, including bat houses, reptile banks and hibernacula.

Each of these green assets have environmental aims and objectives which can only be achieved through effective maintenance and management (M&M).

HS2 Ltd require Contractor(s) to undertake the M&M of these assets. It is important that M&M of green assets continues to happen to ensure that:

• Our mitigation sites meet their design objectives;

• We achieve our "No Net Loss" requirements and deliver the Green Corridor ambitions;

• We ensure compliance with the Environmental Minimum Requirements (EMRs) and other licence conditions imparted on HS2 Ltd by statutory bodies such as Natural England; and

• We avoid unnecessary reputational damage from failure of habitats and associated programme issues (cost and schedule) of rectifying.

II.1.5) Estimated total value

Value excluding VAT: 209 408 000.00  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

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Applicants are invited to express an interest in providing the Services for any or all of the three Lots, however, any shortlisted Applicants subsequently tendering for both Lots 1 and 2, will be restricted to receiving a maximum of one service allocation within one geographical Lot. No restrictions would stop the same Tenderer winning Lot 3, plus one of the service allocations in Lots 1 or 2.

II.2) Description

Lot No: 1

II.2.1) Title

Maintenance and Management of Phase 1 Area North

II.2.2) Additional CPV code(s)

45112700

70332100

77000000

77300000

90700000

90710000

90714000

90720000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.

HS2 Ltd anticipates making two (2) contract awards for Lot 1 that are broadly equitable in value. However, HS2 Ltd reserves the right, at its sole discretion, to take account of other considerations (for example, but not exclusively, capacity and programme constraints, technical fit, performance standards, and price to ensure best value for money) when allocating the volume of Services and HS2 Ltd may allocate the volume of Services based on any such relevant considerations. HS2 Ltd does not guarantee a minimum volume or value of Services under any Contract.

For Lot 1, it is envisaged that the two contract awards will have an aggregated value of between 55 314 000 GBP and 78 264 000 GBP. The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 78 264 000.00  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: Yes

Description of options:

The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.

Lot No: 2

II.2.1) Title

Maintenance and Management of Phase 1 Area Central / South

II.2.2) Additional CPV code(s)

45112700

70332100

77000000

77300000

90700000

90710000

90714000

90720000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.

HS2 Ltd anticipates making three (3) contract awards for Lot 2 that are broadly equitable in value. However, HS2 Ltd reserves the right, at its sole discretion, to take account of other considerations (for example, but not exclusively, capacity and programme constraints, technical fit, performance standards, and price to ensure best value for money) when allocating the volume of Services and HS2 Ltd may allocate the volume of Services based on any such relevant considerations. HS2 Ltd does not guarantee a minimum volume or value of Services under any Contract.

For Lot 2, it is envisaged that the three contract awards will have an aggregated value of between 82 970 000 GBP and 117 396 000 GBP.

The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 117 396 000.00  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: Yes

Description of options:

The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.

Lot No: 3

II.2.1) Title

Maintenance and Management of Phase 1 land within the security fence and any operationally sensitive slopes or cuttings.

II.2.2) Additional CPV code(s)

45112700

70332100

77000000

77300000

90700000

90710000

90714000

90720000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.

HS2 Ltd anticipates making one (1) contract award for Lot 3.

For Lot 3, it is envisaged that the one contract award will have an aggregated value of between 9 716 000 GBP and 13 748 000 GBP.

The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 13 748 000.00  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: Yes

Description of options:

The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.

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:

Applicants are referred to the PQP and PQQ for information about conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Applicants are referred to the PQP and PQQ for information about HS2 Ltd's requirements and minimum standards in relation to economic and financial standing.

Selection criteria as stated in the procurement documents.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Applicants are referred to the PQP and PQQ for information about HS2 Ltd's requirements and minimum standards in relation to technical and professional ability.

Selection criteria as stated in the procurement documents.


III.1.4) Objective rules and criteria for participation

Applicants are referred to the PQP and PQQ for information about HS2 Ltd's objectives rules and participation.

III.1.6) Deposits and guarantees required:

HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (including the grant of step-in rights to Subcontracts) and other forms of security as appropriate to be specified in the procurement documents to be made available at ITT stage. Applicants are referred to the PQP for relevant information available at this Contract Notice and PQQ stage.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Further details will be provided in the ITT. Applicants are referred to the PQP and accompanying procurement documents for relevant information available at this Contract Notice and PQQ stage.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

HS2 Ltd will accept expressions of interest and tenders from single entities or consortia. HS2 Ltd does not require those consortia who intend to form a single legal entity to do so at the PQQ stage. HS2 Ltd will consider contracting with a consortium, providing always that the participants in any consortium are jointly and severally liable for all of the obligations of the Contractor under the Contract.

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.1.8) 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: 27/02/2024

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 03/09/2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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 Ltd 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 Ltd e-Sourcing portal (https://hs2.bravosolution.co.uk/web/index.html). Registration is only required once;

4) For further assistance on use of the HS2 Ltd 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 Ltd 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 PQQ;

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 Contractor(s) 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

Postal address: Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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 contract and the reasons for the decision will be communicated to Tenderers.

VI.5) Date of dispatch of this notice

09/01/2024

Coding

Commodity categories

ID Title Parent category
77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services Agriculture and Food
90714000 Environmental auditing Environmental management
90710000 Environmental management Environmental services
90720000 Environmental protection Environmental services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
77300000 Horticultural services Agricultural, forestry, horticultural, aquacultural and apicultural services
70332100 Land management services Non-residential property services
45112700 Landscaping work Excavating and earthmoving work

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:
scc@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.