Opportunity

Land Referencing Common Platform

  • High Speed Two (HS2) Limited

F05: Contract notice – utilities

Notice reference: 2023/S 000-010140

Published 6 April 2023, 12:19pm



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

Shannon Connell

Email

shannon.connell@hs2.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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 Common Platform

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

HS2 Ltd are looking to procure a central spatially-enabled Land Referencing Common Platform managed solution to enable consistency and integrity of land referencing data and services delivered by multiple land referencing service suppliers to HS2 Ltd to support the objectives of the HS2 multi-phase programme. The solution will be procured as a complete managed service.

The central Land Referencing Common Platform will deliver the following:

• A single spatially enabled integrated data and document management service, accessible by all HS2 appointed suppliers of land referencing services;

• Data consistent with HS2 specifications;

• Referential integrity between Land Referencing Suppliers' datasets and;

• Improved compatibility with HS2 systems including ArcGIS and enterprise Bridge.

two.1.5) Estimated total value

Value excluding VAT: £4,700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

HS2 Ltd are looking to procure a central, spatially-enabled common platform as a completed managed service for access and use by HS2 Ltd and up to 6 HS2 appointed Land Referencing suppliers. HS2 Ltd require provision of a software solution with additional supporting services including but not limited to software implementation, training, technical support and maintenance and administration of the software and datasets for HS2 Ltd and its appointed land referencing suppliers.

two.2.5) Award criteria

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

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

Price - Weighting: 30%

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

Start date

2 October 2023

End date

31 March 2028

This contract is subject to renewal

No

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 ITT documentation

three.1.6) Deposits and guarantees required

As set out in the ITT documentation

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

As set out in the ITT 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 ITT documentation

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the ITT documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-036555

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

Date

26 May 2023

Local time

4:00pm

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)

four.2.7) Conditions for opening of tenders

Date

30 May 2023

Local time

9:00am


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 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 ITTs;

2) HS2 Ltd will accept expressions of interest and tenders from a number of bidding models, including single entities or consortia. A Tenderer may only submit one ITT for the opportunity.HS2 Ltd will not accept multiple ITTs 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);

3) All Tenderers 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 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;

5) A response to this Contract Notice does not guarantee that a Tenderer 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 Tenderers on terms set out in the ITT;

6) 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 ITT and with submitting any tender, howsoever incurred;

7) HS2 Ltd embraces diversity and welcomes ITTs 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 4 years, 6 months and there is an option to extend the Contracts by a further 4 years (in single or multiple fixed terms), at HS2 Ltd’s sole discretion. The estimated values quoted in this Contract Notice are estimates and could be subject to change depending on HS2’s requirements.

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.