Tender

Land Referencing Services Framework

  • High Speed Two (HS2) Limited

F05: Contract notice – utilities

Notice identifier: 2023/S 000-005490

Procurement identifier (OCID): ocds-h6vhtk-03ab9c

Published 23 February 2023, 6:06pm



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

Jennifer Bignell

Email

Jennifer.Bignell@hs2.org.uk

Country

United Kingdom

Region 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

Land Referencing Services Framework

Reference number

2484

two.1.2) Main CPV code

  • 70122200 - Land purchase services

two.1.3) Type of contract

Services

two.1.4) Short description

High Speed Two (HS2) Limited (‘HS2 Ltd’) continues to manage the largest land referencing and acquisition programme in the UK in more than 70 years, managing tens of thousands of land and property records, and thousands of land parcels, and engaging with tens of thousands of affected parties and stakeholder groups. This programme is a key enabler to the successful construction of the HS2 project.

Land referencing is a process by which legal interests in land, whether they are ownership, tenancy, licence, or rights of access, are researched and validated to ensure full and proper service of legal forms of notice under a range of orders and statutes.

To support this land referencing programme, HS2 Ltd is seeking to procure a multi-supplier Land Referencing Services Framework to provide:

• Land Referencing Services (Lot 1)

• Technical Support Services (Lot 2)

Further details relating to the requirements of the above Lots can be found within this contract notice and the procurement documentation

HS2 Ltd intends to appoint up to six Framework Agreement Suppliers for Lot 1 and up to four Framework Agreement Suppliers for Lot 2.

In order to gain access to the procurement documentation please create a free account on HS2 Ltd’s e-sourcing portal, JAGGAER, by following this link and clicking register - https://hs2.bravosolution.co.uk. If you already have an account, you will not need to register again. Applicants can access the PQQ documentation via the "Current Opportunities" link on the home page.

two.1.5) Estimated total value

Value excluding VAT: £55,200,000

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

two.2) Description

two.2.1) Title

Land Referencing Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 70122200 - Land purchase services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 services include the securing of access to land by agreement in advance of Act powers; to prepare land and property deliverables necessary for Bill deposit; to serve notice at the appropriate time on landowners on behalf of the SoS (Secretary of State), to support survey, possession and acquisition programmes; to register title to land acquired by compulsion or by agreement.

Full details of the Lot 1 services can be found in the procurement documentation.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £53,600,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The expected Framework Agreement duration is four (4) years with the option to extend for a further period of four (4) years via single or multiple fixed terms. The maximum total Framework Agreement length is eight (8) years.

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

Maximum number: 8

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: 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

Technical Support Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 70122100 - Land sale services
  • 71356300 - Technical support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 services include technical support required in relation to the land referencing process, such as specialist input to support technical direction and continuous improvement. This Lot will also include support such as process and business requirements analysis and specialist geographic information system (GIS) and land registration support.

Full details of the Lot 2 services can be found in the procurement documentation.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £1,600,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The expected Framework Agreement duration is four (4) years with the option to extend for a further period of four (4) years via single or multiple fixed terms. The maximum total Framework Agreement length is eight (8) years.

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

Maximum number: 8

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: 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.1.1) 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.

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 procurement documents.

three.1.6) Deposits and guarantees required

As set out in the procurement documents.

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

As set out in the procurement documents.

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 procurement documents.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 10

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

3 April 2023

Local time

12:00pm

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

9 August 2023

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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 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 e-Sourcing portal (https://hs2.bravosolution.co.uk/web/index.html). Registration is only required once. Applicants can access the PQQ documentation via the "Current Opportunities" link on the home page;

4) For further assistance on use of the HS2 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 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 procurement documentation;

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 Consultants 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

Royal Courts of Justice, Strand

London

WC2A2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Tenderers should contact the person named in 1.1 above in the first instance, and the Utilities Contract Regulations provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules can take action in the High Court (England, Wales and Northern Ireland).