Section one: Contracting entity
one.1) Name and addresses
HS2
High Speed Two (HS2) Ltd, Two Snowhill, Queensway
Birmingham
B4 6GA
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/high-speed-two-limited
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://hs2.bravosolution.co.uk
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/
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://hs2.bravosolution.co.uk
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
HS2 Phase 2a Design and Delivery Partner
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
HS2 Ltd wishes to appoint a Design and Delivery Partner (DDP) for HS2 Phase 2a. HS2 Ltd is seeking expressions of interest from suitably experienced organisations, with the capability of delivering a high profile and important professional services contract. The successful Tenderer (“Consultant”) will manage the delivery of HS2 Phase 2a within budget and programme, including the management and co-ordination of the design and construction of Phase 2a works from contract award until the completion of the Phase 2a works.
The scope is described in the Pre-Qualification Pack (“PQP”) and accompanying procurement documents. Applicants are referred to the PQP and accompanying procurement documents and VI.3) Additional Information in this Contract Notice below.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
- 71245000 - Approval plans, working drawings and specifications
- 71300000 - Engineering services
- 71311000 - Civil engineering consultancy services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322100 - Quantity surveying services for civil engineering works
- 71340000 - Integrated engineering services
- 71500000 - Construction-related services
- 71541000 - Construction project management services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
Phase 2a works along the route from West Midlands to Crewe. DDP Services to be performed in the UK.
two.2.4) Description of the procurement
Procurement for a Design and Delivery Partner (DDP) for HS2 Phase 2a. The successful Tenderer (“Consultant”) will manage the delivery of HS2 Phase 2a within budget and programme, including the management and co-ordination of the design and construction of Phase 2a works from contract award until the completion of the Phase 2a works .
Further information on the scope of the contract and the procurement is included in the PQP and accompanying procurement documents
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: £500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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:
Applicants are referred to the PQP and accompanying procurement documents on HS2 Ltd’s criteria for choosing Applicants to be invited to tender for the Contract. HS2 Ltd expects to select only the top 3 Applicants to tender for the Contract. However, HS2 Ltd reserves the right in its absolute discretion to invite to tender fewer than 3 or to invite 4 Applicants for the Contract on the basis described in the PQP parts 4.8 and 4.9.
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.2.14) 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 accompanying procurement documents for information about 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
Applicants are referred to the PQP and accompanying procurement documents for information about HS2 Ltd’s rules and criteria for 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
The main financing conditions, payment mechanism, performance standards and incentive mechanism will be described in the procurement documents to be made available at ITT stage but it is expected that payment arrangements for the DDP Contract will be in accordance with the provisions of NEC3 Professional Services Contract Option E (NEC3 PSC Option E) with HS2 Ltd amendments to reflect the wider conditions, relevant to the HS2 Project, and to also provide the successful Tenderer with balanced and equitable terms.
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 Consultant under the Contract.
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
23 July 2021
Local time
12:00pm
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: 12 (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) Terms in this Contract Notice with an initial capital letter have the meanings given in the PQP. See PQP section 1.3 Definitions
2) To express interest in the Contract, Applicants must complete and submit the PQQ on the HS2 eSourcing portal by the submission deadline for PQQ Responses stated in the PQP (PQQ Responses Deadline). Please note that the PQQ Responses deadline is a precise time and Applicants should allow sufficient time to upload their PQQ Responses;
3) An Applicant may be a single organisation or a Consortium. Both an Applicant that is a single entity and an Applicant that is a Consortium, may rely on the capacity and abilities of an individual Party or Parties in order to meet the Minimum Standards. Refer to the PQP Part 3.2 ("Different types of Applicant") for more guidance. An Applicant may only submit one PQQ Response. Applicant’s attention is drawn to the provisions on Conflicts of Interest relating to this procurement and the Contract set out in the PQP.
4) All Applicants are required to express an interest by registering on the HS2 eSourcing portal (https://hs2.bravosolution.co.uk). Registering is only required once.
5) For further assistance contact the BravoSolution helpdesk available Monday to Friday (8.00-18.00) GMT on: email: help_uk@jaggaer.com or telephone +44 800 069 8630;
6)Section II.1.5 / II.2.6 (Estimated Value): the total estimated value of the Contract is £400 million to £500 million in 2020/21 prices. See PQP Section 2 for further information about the basis on which the estimate has been calculated and for further information about the value range.
7) II.2.7) Duration of the contract: The duration of 120 months is an estimate based on the HS2 programme for Phase 2a. However, the Contract with the successful Tenderer will not have a fixed expiry date, rather it will continue (subject to its terms) until the DDP Services are complete or for the duration of Phase 2a and may be longer than 120 months if Phase 2a works extend beyond the end of this duration. Other dates and timescales in this Contract Notice and in the PQP are estimated and may be subject to change.
8)Section IV.1.1) (Type of procedure): HS2 Ltd is procuring the Contract in accordance with the negotiated procedure with prior call for competition pursuant to UCR 2016, reg. 47 although, as stated in PQP Instructions Part 2.3, HS2 Ltd reserves the right not to conduct negotiations with Tenderers.
9)A response to this Contract Notice does not guarantee that an Applicant will be invited to tender. The award 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(s) arising out of the procedures envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice or the procedures envisaged by it. Any contract(s) let by HS2 Ltd may provide that the scope or duration of the Contract may be extended at HS2 Ltd's discretion. 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 PQP.
10) Applicants and 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.
11) HS2 Ltd embraces diversity and welcomes applications 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. HS2 Ltd will actively promote sustainable procurement throughout its supply chain and welcomes applications from economic operators committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, Strand Town: London
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, Strand Town: London
London
WC2A 2LL
Country
United Kingdom