Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
High Speed Two (HS2) Limited
06791686
Two Snowhill, Snow Hill 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/
Address of the buyer profile: https://hs2.bravosolution.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://hs2.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://hs2.bravosolution.co.uk
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
Commercial Delivery and Controls Framework
Reference number: HS2_1567
II.1.2) Main CPV code
71540000
II.1.3) Type of contract
Services
II.1.4) Short description
HS2 Ltd is seeking to procure commercial and delivery controls services, which will comprise the following lots:
— lot 1: programme controls,
— lot 2: commercial management.
Further details on the scope of requirements relating to each lot is provided in II.1.6). It is intended that a single supplier will be appointed to each of the lots, resulting in the formation of 2 strategic relationships and framework contracts.
Please note that 1 supplier is unable to win more than 1 lot. Please note that the “1 Lot” award restriction applies to the lead party in a supplier’s bidding model only [including where there is more than 1 lead party, i.e. in a joint venture ("JV")]. For the avoidance of doubt:
— a JV party in 1 lot is not permitted to be awarded the remaining lot as lead party or JV party,
— a lead party applying for 1 lot is however permitted to be a sub-contractor in the remaining lot; and
— the same sub-contractors are permitted to be appointed across both lots.
II.1.5) Estimated total value
Value excluding VAT:
230 000 000.00
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: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Applicants may express interest in, and if selected, tender for 1 or more lots, however a tenderer cannot win more than 1 lot unless exceptional circumstances apply. Applicants should note that this award selection applies to applicants and parties. Further details in relation to the award selection can be found in the Pre-Qualification Pack (“PQP”) and accompanying Procurement Documents.
II.2) Description
Lot No: 1
II.2.1) Title
Programme Controls
II.2.2) Additional CPV code(s)
71240000
71242000
71244000
71324000
72224000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Supplier resource will primarily be based in HS2 Ltd’s Birmingham and/or London offices, however may be located at other sites along the route and travel to other offices/locations may be required.
II.2.4) Description of the procurement
As part of Lot 1 (Programme Controls), HS2 Ltd intends to appoint a supplier to provide suitably experienced and capable resource to support:
— project controls — supporting the compliant and timely project baseline delivery across all contributing business areas, including baseline management, programme planning, earned value management, change management, reporting and risk management,
— estimating and cost — provision of cost and estimating services, including supporting the cost management process across the HS2 project and management and assurance of the overall baseline estimate.
Throughout the Framework duration, HS2 Ltd will award work packages to the supplier as requirements are identified in order to fulfil deliverables across multiple organisation-wide work streams. It is anticipated that Work Package durations may range from a number of months up to several years.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 75 %
Cost criterion: Commercial
/ Weighting: 25 %
II.2.6) Estimated value
Value excluding VAT:
125 500 000.00
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:
Please note that the initial contract term is 48 months, with an option to extend the framework by a further 48 months (via 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(s).
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
II.2.14) Additional information
Applicants are referred to VI.3) Additional information in this Contract Notice below.
Lot No: 2
II.2.1) Title
Commercial Management
II.2.2) Additional CPV code(s)
71244000
71324000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Supplier resource will primarily be based in HS2 Ltd’s Birmingham and/or London offices, however may be located at other sites along the route and travel to other offices/locations may be required.
II.2.4) Description of the procurement
As part of Lot 2 (Commercial Management), HS2 Ltd intends to appoint a supplier to provide suitably experienced and capable resource to support:
— commercial management — provision of commercial management services, including pre-contract development and post-contract management support, in addition to contributing to, developing and communicating HS2 Ltd’s commercial procedures, processes and systems,
— cost verification — provision of cost verification services to review and validate costs presented by HS2 Ltd’s supply chain and ensure commercial compliance with HS2 Ltd’s contractual agreements.
Throughout the Framework duration, HS2 Ltd will award work packages to the supplier as requirements are identified in order to fulfil deliverables across multiple organisation-wide work streams. It is anticipated that work package durations may range from a number of months up to several years.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 75 %
Cost criterion: Commercial
/ Weighting: 25 %
II.2.6) Estimated value
Value excluding VAT:
104 500 000.00
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:
Please note that the initial contract term is 48 months, with an option to extend the Framework by a further 48 months (via 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(s).
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
II.2.14) Additional information
Applicants are referred 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 for information about the conditions for participation.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Applicants are referred to the PQP for information about HS2 Ltd's requirements and minimum standards in relation to the economic and financial standing for each lot.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Applicants are referred to the PQP for information about HS2 Ltd's requirements and minimum standards in relation to the technical and professional ability requirements for each lot.
Full breakdown of the technical and commercial criteria to be applied at ITT stage can be found in the draft Invitation to Tender Documentation.
III.1.4) Objective rules and criteria for participation
Applicants are referred to the PQP for information about HS2 Ltd’s rules and criteria for participation for each lot.
III.1.6) Deposits and guarantees required:
At any stage of the Procurement HS2 Ltd reserves the right, at its sole discretion, to request a Parent Company Guarantee (PCG) and/or some other financial or performance guarantee as set out within the PQP and accompanying procurement documents.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The payment mechanism, performance standards and incentive mechanism is described in the PQP and accompanying procurement documents. The Framework Contracts will be established under NEC3 PSC terms. Work packages may be instructed under pricing options A, C and E.
Further details will be provided during the Invitation to Tender (ITT) stage. Applicants are referred to the PQP for relevant information available at this Contract Notice 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 consortia to form a single legal entity. If appointed, each of the parties to a consortium shall be jointly and severally responsible for all obligations and liabilities under the Framework Contracts, and any PCG will apply to all such joint and several obligations and liabilities.
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 244-558450
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/04/2019
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
03/07/2019
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: 8 (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) Terms with an initial capital letter used in this Contract Notice and the PQP have the meanings given in PQP Vol 0_Appendix D — Definitions and Abbreviations;
2) To express interest in 1 or both lots, applicants must complete the Pre-Qualification Questionnaire (PQQ) for each lot applied for on the HS2 e-Sourcing portal strictly in accordance with the submission deadline stated in the PQP. Please note that the PQQ submission deadline is a precise time and applicants should allow sufficient time to upload their completed PQQs;
3) 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 lot applied 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). Organisations/economic operators considering a response to this PQQ are advised that they must:
(i) only belong to 1 applicant and submit 1 PQQ as that applicant (note: if an organisation/economic operator(s) intends to submit a PQQ then it must decide if this is to be submitted as a single applicant, or as part of a consortium); and
(ii) not offer their services as a service provider acting as a sub-contractor to another applicant;
4) 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;
5) 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@bravosolution.co.uk or
— telephone: +44 8003684850;
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 framework contract(s) 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 PQP;
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 suppliers 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
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 framework agreement and the reasons for the decision is communicated to tenderers.
VI.5) Date of dispatch of this notice
19/03/2019