Opportunity

Independent Innovation Advisory Support (Lot 1) & Innovation Service Delivery (Lot 2)

  • High Speed Two (HS2) Limited

F05: Contract notice – utilities

Notice reference: 2022/S 000-001098

Published 13 January 2022, 10:55pm



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

Emily Scott

Email

Emily.Scott@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

Independent Innovation Advisory Support (Lot 1) & Innovation Service Delivery (Lot 2)

Reference number

2373 (JAGGAER Project Reference Number)

two.1.2) Main CPV code

  • 79410000 - Business and management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

To deliver the HS2 programme, HS2 Ltd needs to ensure innovation is embraced and driven throughout the design and build of the railway; enabling increased efficiencies to be delivered and allowing time, cost and quality targets to be met, whilst creating fewer emissions and noise.

To support Innovation across the HS2 programme, HS2 Ltd is seeking to award two Contracts as follows:

• Lot 1 Innovation Independent Advisory Support - focusing on the technical, engineering and supply chain aspects of innovation and providing independent technical expertise to de-risk and prove the value of an innovation to the wider HS2 programme; and

• Lot 2 - Innovation Service Delivery - focusing on the cultural aspects of innovation and how HS2 Ltd are able to create an aligned approach and capability of innovation across the organisation and its supply chain.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.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.

two.2) Description

two.2.1) Title

Independent Innovation Advisory Support

Lot No

1

two.2.2) Additional CPV code(s)

  • 72221000 - Business analysis consultancy services
  • 79410000 - Business and management consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will be focused on the technical, engineering and supply chain aspects of innovation and providing independent technical input to de-risk and prove the value of an innovation to the wider HS2 Ltd programme. The Supplier will be required to help identify the scale of the opportunity and qualification of the problem statements that sits under the thematic requirements of innovation.

two.2.5) Award criteria

Quality criterion - Name: ITT Technical Criteria / Weighting: 70%

Cost criterion - Name: ITT Commercial Criteria / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the PQQ documentation.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Innovation Service Delivery

Lot No

2

two.2.2) Additional CPV code(s)

  • 79410000 - Business and management consultancy services
  • 79411100 - Business development consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will be focused on the cultural aspects of innovation and how HS2 Ltd is able to create an aligned approach and capability of innovation across the organisation and its supply chain.

The Supplier will be required to review HS2 Ltd’s innovation vision and challenge areas to ensure that an effective innovation culture is being created and establish efficient ways of how this can be evolved over the lifetime of the HS2 programme. This will support in the overall achievement of skills and engagement to create a more innovative environment.

two.2.5) Award criteria

Quality criterion - Name: ITT Technical Criteria / Weighting: 70%

Cost criterion - Name: ITT Commercial Criteria / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the PQQ documentation.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) 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

As set out in the PQQ documentation.

three.1.6) Deposits and guarantees required

As set out in the PQQ documentation.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As set out in the PQQ documentation.

three.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 PQQ documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the PQQ documentation.


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

22 February 2022

Local time

12:00pm

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

2 May 2022

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)


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 e-Sourcing portal strictly in accordance with the submission deadline stated in the PQQ. 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 the Lot(s) they are bidding 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 Contract agreement 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;

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 supplier(s) will receive any, or a particular volume or value of work.

9) The initial duration of the Contracts is for 36 months and there is an option to extend the Contracts by a further 24 months (in 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.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Telephone

+44 20794760000

Country

United Kingdom

six.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.