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

Land and Property Acquisitions Services Framework

  • First published: 05 November 2021
  • Last modified: 05 November 2021

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:
HS2
Authority ID:
AA77354
Publication date:
05 November 2021
Deadline date:
17 December 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Acquisitions Services in urban areas

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

HS2

High Speed Two (HS2) Ltd, Two Snowhill, Queensway

Birmingham

B4 6GA

UK

Contact person: Hannah Cole

E-mail: Hannah.Cole@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 and Property Acquisitions Services Framework

Reference number: 1802 (JAGGAER Project Reference Number)

II.1.2) Main CPV code

71356000

 

II.1.3) Type of contract

Services

II.1.4) Short description

HS2 Ltd.’s strategic purpose is to support the delivery of the HS2 project successfully and realise the project’s strategic goals. The Land and Property (“L&P”) Directorate’s role in achieving this strategic purpose is to acquire and manage the right land and property, at the right time, in the right way at the right price, ensuring the delivery of value for money for tax payers whilst also being a good neighbour to the people/communities that the project impacts.

To achieve this, HS2 Ltd. are seeking to establish a Framework Agreement with two strategic suppliers which will be awarded for an initial period of four years, with an option to extend for a further four years in single or multiple fixed terms.

The Framework Suppliers will be required to provide the following high-level Services throughout the duration of the Framework Agreement:

Acquisitions Services for urban areas; and,

Acquisitions Services for rural areas.

In order to reflect the distinct specialisms of the services required, the Framework Agreement will be split into two Lots, with one Supplier being appointed to each Lot:

Lot 1 – Urban; and,

Lot 2 – Rural

The procurement documents can be accessed by visiting the following project in HS2 Ltd.'s e-sourcing portal, JAGGAER:

'Land and Property Acquisitions Services Framework' (Project Reference: 1802)

Link as follows:

https://hs2.bravosolution.co.uk/web/index.html

II.1.5) Estimated total value

Value excluding VAT: 18 244 273.00  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:

In the event HS2 Ltd. only receives one compliant Tender across both Lots, the right will be reserved in this instance to award such Tenderer both lots.

II.2) Description

Lot No: 1

II.2.1) Title

Urban

II.2.2) Additional CPV code(s)

71356000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Acquisitions Services in urban areas

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: 9 122 136.50  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement may be extended by a further 48 months (in single or multiple fixed increments) at HS2 Ltd.'s sole discretion.

Note, the value included in this notice is based on the maximum Framework Agreement duration of 96 months.

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

Rural

II.2.2) Additional CPV code(s)

71356000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Acquisitions Services in rural areas

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: 9 122 136.50  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement may be extended by a further 48 months (in single or multiple fixed increments) at HS2 Ltd.'s sole discretion.

Note, the value included in this notice is based on the maximum Framework Agreement duration of 96 months.

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.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.1.3) 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: 2

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:

2020/S 207-506547

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 17/12/2021

Local time: 12:00

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

Date: 01/03/2022

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: 10 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

1) 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;

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 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).

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 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;

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 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

04/11/2021

Coding

Commodity categories

ID Title Parent category
71356000 Technical services Engineering-related scientific and technical 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:
Hannah.Cole@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.