Opportunity

Post-excavation Services

  • High Speed Two (HS2) Limited

F05: Contract notice – utilities

Notice reference: 2022/S 000-010175

Published 19 April 2022, 10:44am



Section one: Contracting entity

one.1) Name and addresses

High Speed Two (HS2) Limited

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

Birmingham

B4 6GA

Contact

James Patterson

Email

james.patterson@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

Post-excavation Services

Reference number

2190

two.1.2) Main CPV code

  • 71351914 - Archaeological services

two.1.3) Type of contract

Services

two.1.4) Short description

HS2 Ltd is seeking to procure a Post-excavation Services contract to deliver the final stages of historic environment investigation for Phase One and Phase 2a. The HS2 Project presents an unprecedented opportunity to explore the country’s past, through the UK’s largest ever linear infrastructure project.

The appointed Consultant will provide historic environment and project management expertise to deliver HS2’s end-to-end post-excavation programme, including the analysis, dissemination, publication and archiving of HS2’s historic environment assets from along the line of route.

In procuring this contract HS2 Ltd is delivering commitments made by the Secretary of State for Transport with regard to historic environment, through a programme of post-excavation that provides public benefit and realises HS2’s archaeological legacy. The key contract objectives are to enhance knowledge by:

• contributing to key questions about prehistory and history;

• testing interpretative concepts and methodological techniques; and

• challenging the way that the historic environment industry investigate and interpret the past.

two.1.5) Estimated total value

Value excluding VAT: £55,000,000

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 is seeking to procure a Post-excavation Services contract to deliver the final stages of historic environment investigation for Phase One and Phase 2a. The HS2 Project presents an unprecedented opportunity to explore the country’s past, through the UK’s largest ever linear infrastructure project.

The appointed Consultant will provide historic environment and project management expertise to deliver HS2’s end-to-end post-excavation programme, including the analysis, dissemination, publication and archiving of HS2’s historic environment assets from along the line of route.

In procuring this contract HS2 Ltd is delivering commitments made by the Secretary of State for Transport with regard to historic environment, through a programme of post-excavation that provides public benefit and realises HS2’s archaeological legacy. The key contract objectives are to enhance knowledge by:

• contributing to key questions about prehistory and history;

• testing interpretative concepts and methodological techniques; and

• challenging the way that the historic environment industry investigate and interpret the past.

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: £55,000,000

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

Duration in months

96

This contract is subject to renewal

No

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

Envisaged minimum number: 3

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Section 4.4 of Volume 1 - Instructions for Applicants of the PQQ sets out the criteria for choosing the limited number of candidates.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There are options to extend this contract for a further 24 months.

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

The lead organisation must be accredited as a Registered Organisation with the Chartered Institute for Archaeologists.

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.1.8) 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: 2021/S 000-012383

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

Date

1 June 2022

Local time

12:00pm

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

19 September 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 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 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. 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 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 Consultant will receive any, or a particular volume or value of work. The estimated value quoted in this Contract Notice includes allowance for the maximum 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 contract and the reasons for the decision is communicated to tenderers