Opportunity

HS2 Ltd Green Asset Maintenance & Management Services

  • High Speed Two (HS2) Limited

F05: Contract notice – utilities

Notice reference: 2024/S 000-000679

Published 9 January 2024, 3:36pm



Section one: Contracting entity

one.1) Name and addresses

High Speed Two (HS2) Limited

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

Birmingham

B4 6GA

Contact

HS2 Ltd Supply Chain Team

Email

scc@hs2.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.hs2.org.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HS2 Ltd Green Asset Maintenance & Management Services

Reference number

Project_2750

two.1.2) Main CPV code

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £209,408,000

two.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.

two.2) Description

two.2.1) Title

Maintenance and Management of Phase 1 Area North

Lot No

1

two.2.2) Additional CPV code(s)

  • 45112700 - Landscaping work
  • 70332100 - Land management services
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 77300000 - Horticultural services
  • 90700000 - Environmental services
  • 90710000 - Environmental management
  • 90714000 - Environmental auditing
  • 90720000 - Environmental protection

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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).

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £78,264,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2.13) Information about European Union Funds

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

two.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.

two.2) Description

two.2.1) Title

Maintenance and Management of Phase 1 Area Central / South

Lot No

2

two.2.2) Additional CPV code(s)

  • 45112700 - Landscaping work
  • 70332100 - Land management services
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 77300000 - Horticultural services
  • 90700000 - Environmental services
  • 90710000 - Environmental management
  • 90714000 - Environmental auditing
  • 90720000 - Environmental protection

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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).

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £117,396,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2.13) Information about European Union Funds

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

two.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.

two.2) Description

two.2.1) Title

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

Lot No

3

two.2.2) Additional CPV code(s)

  • 45112700 - Landscaping work
  • 70332100 - Land management services
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 77300000 - Horticultural services
  • 90700000 - Environmental services
  • 90710000 - Environmental management
  • 90714000 - Environmental auditing
  • 90720000 - Environmental protection

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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).

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £13,748,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 3

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2.13) Information about European Union Funds

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

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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

three.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.

three.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.

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

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

three.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.

three.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.

three.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.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

27 February 2024

Local time

12:00pm

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

3 September 2024

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Postal address: Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

six.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.