Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
HIGH SPEED TWO (HS2) LIMITED
High Speed Two (HS2) Limited, Two Snowhill, Queensway
Birmingham
B4 6GA
UK
E-mail: saema.jaffer1@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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://hs2.bravosolution.co.uk/web/index.html
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ISO Certification, Carbon Management Assessment (Lot 1) and Environmental Data Verification Services (Lot 2)
Reference number: 2494 (JAGGAER Project Reference Number)
II.1.2) Main CPV code
71313420
II.1.3) Type of contract
Services
II.1.4) Short description
Lot 1 - ISO Certification and Carbon Management Assessment Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide certification services of its management systems to the following standards:
- ISO 9001:2015 Quality Management
- ISO 14001:2015 Environmental Management
- ISO 45001:2018 Occupational Health and Safety Management System
- The latest standard for Carbon Management in Infrastructure, as determined by the British Standards Institution (BSI) (e.g., PAS2080:2016).
The Supplier will provide evidence for HS2 Ltd's continual compliance to the certified management systems and identify areas for continual improvement. This will support the continued effectiveness and efficiencies of HS2 Ltd's internal controls.
Lot 2: Environmental Data Verification Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide environmental data verification services to support development and publication of its annual Environmental Sustainability Progress Report (ESPR) statement.
The Supplier will help HS2 Ltd ensure that best practices are adhered to in relation to environmental data assurance, data reporting systems and any topic specific requirements e.g., carbon management.
II.1.5) Estimated total value
Value excluding VAT:
444 000.00
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
ISO Certification and Carbon Management Assessment (Lot 1)
II.2.2) Additional CPV code(s)
71313420
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 - ISO Certification and Carbon Management Assessment Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide certification services of its management systems to the following standards:
- ISO 9001:2015 Quality Management
- ISO 14001:2015 Environmental Management
- ISO 45001:2018 Occupational Health and Safety Management System
- The latest standard for Carbon Management in Infrastructure, as determined by the British Standards Institution (BSI) (e.g., PAS2080:2016).
The Supplier will provide evidence for HS2 Ltd's continual compliance to the certified management systems and identify areas for continual improvement. This will support the continued effectiveness and efficiencies of HS2 Ltd's internal controls.
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:
216 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/03/2023
End:
28/02/2026
This contract is subject to renewal: Yes
Description of renewals:
The Contract is expected to commence on 1st March 2022. Subject to the Conditions of Contract, the expected Contract duration is 36 months for the initial term, with the option to extend for up to a further 36 months via single or multiple fixed term increments, at the sole discretion of HS2 Ltd.
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
Environmental Data Verification Services (Lot 2)
II.2.2) Additional CPV code(s)
71313450
71317210
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2: Environmental Data Verification Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide environmental data verification services to support development and publication of its annual Environmental Sustainability Progress Report (ESPR) statement.
The Supplier will help HS2 Ltd ensure that best practices are adhered to in relation to environmental data assurance, data reporting systems and any topic specific requirements e.g., carbon management.
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:
228 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/03/2023
End:
28/02/2026
This contract is subject to renewal: Yes
Description of renewals:
The Contract is expected to commence on 1st March 2022. Subject to the Conditions of Contract, the expected Contract duration is 36 months for the initial term, with the option to extend for up to a further 36 months via single or multiple fixed term increments, at the sole discretion of HS2 Ltd.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As set out in the procurement documents.
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 procurement documents.
III.1.6) Deposits and guarantees required:
As set out in the procurement documents.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the procurement documents.
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 procurement documents.
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
Open procedure
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:
16/12/2022
Local time: 12:00
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)
IV.2.7) Conditions for opening of tenders
Date:
16/12/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
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
Tenderers must complete the Invitation to Tender (ITT) on the HS2 e-Sourcing portal strictly in accordance with the submission deadline stated in the ITT. Please note that the ITT submission deadline is a precise time and Tenderers should allow sufficient time to upload their completed ITT.
HS2 Ltd will accept tenders from a number of bidding models, including single entities or consortia. A Tenderer may only submit one tender per the Lot(s) they are bidding for. HS2 Ltd will not accept multiple tenders 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 Tenderer or as party to a consortium).
The ITT can be found through HS2 Ltd's eSourcing portal at https://hs2.bravosolution.co.uk, under the reference "itt_1374 - Lots 1 and 2 ISO Certification, Carbon Management Assessment and Environmental Data Verification"
For further assistance on use of HS2 Ltd's e-Sourcing portal Tenderers 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;
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 or 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 Tenderers on terms set out in the ITT.
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 with submitting any tender, howsoever incurred.
HS2 Ltd embraces diversity and welcomes tenders 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.
There is no guarantee, express or implied, that appointed Supplier(s) will receive any, or a particular volume or value of work. The estimated values quoted in this Contract Notice include allowance for the maximum 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
15/11/2022