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