Opportunity

High Speed Two (HS2) Limited, Phase Two - Framework Agreement for Phase Two Route Wide Ground Investigation

  • High Speed Two (HS2) Limited (and in addition the Contracting Bodies listed in VI.3 below)

F05: Contract notice – utilities

Notice reference: 2021/S 000-015986

Published 8 July 2021, 10:45pm



Section one: Contracting entity

one.1) Name and addresses

High Speed Two (HS2) Limited (and in addition the Contracting Bodies listed in VI.3 below)

Two Snowhill, Snow Hill Queensway

Birmingham

B4 6GA

Email

scc@hs2.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

06791686

Internet address(es)

Main address

https://www.hs2.org.uk/

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

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

High Speed Two (HS2) Limited, Phase Two - Framework Agreement for Phase Two Route Wide Ground Investigation

two.1.2) Main CPV code

  • 45111250 - Ground investigation work

two.1.3) Type of contract

Works

two.1.4) Short description

This procurement is to establish a Framework Agreement for the Phase Two Route Wide Ground Investigation (separated into 2 Lots). Lot 1 for the management and co-ordination of the packaging of GI works as well as the planning and implementation of GI site enabling works (Ground Investigation Partner (GIP)). Lot 2 for the acquisition of geotechnical, hydrogeological and geo-environmental data through surveys, the excavation and detailed logging of exploratory holes, and in-situ and laboratory testing, culminating in the production of factual reports (Ground Investigation Contractor (GIC)), some land of which will be in areas of historic mining. Ground Investigations may also be required and called off under the Framework Agreement as optional scope at other HS2 sites or by Contracting Bodies other than HS2 Ltd (see VI.3 below). Applicants may not express interest in, tender or win Lot 1 (GIP) and Lot 2 (GIC).

two.1.5) Estimated total value

Value excluding VAT: £300,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot 1- Ground Investigation Partner (GIP)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71332000 - Geotechnical engineering services
  • 71351500 - Ground investigation services
  • 71355000 - Surveying services
  • 71510000 - Site-investigation services
  • 71541000 - Construction project management services
  • 71900000 - Laboratory services
  • 73111000 - Research laboratory services
  • 79311200 - Survey conduction services
  • 79311300 - Survey analysis services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement is for the establishment of a Framework Agreement. Lot 1 is for the appointment of a single Ground Investigation Partner (GIP) to undertake the management and co-ordination of the packaging of GI works as well as the planning and implementation of GI site enabling works across the Phase Two route. The Framework Agreement is intended to have a duration of 8 years with works/services anticipated to be undertaken over a four-year period during that term although works/services may extend over a longer period and further HS2 Ltd will retain the option to extend the Framework Agreement for a further two years in the event of delays to the GI programme (see II.2.11) (Information about options) for further information)). Further works may also be required and called off under the Framework Agreement as optional scope at other HS2 sites or by Contracting Bodies other than HS2 Ltd (see VI.3 below). Further information on the procurement and on the Scope, Contracting Bodies and anticipated timing and value of Call-Off Contracts for Lot 1 is included in the Pre-qualification Pack (PQP) made available by HS2 Ltd at the address in I.3 above and in the accompanying initial Procurement Documents (including the Pre-Qualification Questionnaire and Outline Scope). HS2 Ltd intends to limit the number of Tenderers invited to tender for Lot 1 on the basis set out in PQP Section 4.

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: £85,000,000

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

HS2 Ltd reserves the right to omit and/or vary the Scope of Lot 1. As further described in the PQP and in the accompanying initial Procurement Documents, Applicants should note in particular that:

1) Option to extend the term of Framework Agreement

The term of the Framework Agreement will be for an initial term of eight years although HS2 Ltd reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of ten years. HS2 Ltd reserves the right to extend the term of the Framework Agreement from eight to ten years in the event that the advertised Scope cannot be completed during the initial eight year term due to changes to the programme, including but not limited to land access delays or prolongation of the programme due to consenting issues.

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 VI.3) Additional information in this Contract Notice below.

two.2) Description

two.2.1) Title

Lot 2 - Ground Investigation Contractor (GIC)

Lot No

2

two.2.2) Additional CPV code(s)

  • 45111200 - Site preparation and clearance work
  • 45111230 - Ground-stabilisation work
  • 45120000 - Test drilling and boring work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement is for the establishment of a Framework Agreement. HS2 Ltd intends to appoint 10 Contractors to Lot 2 although reserves the right to appoint a fewer or greater number of Contractors in the circumstances described in the PQP (see PQP Appendix A3). Lot 2 is for the acquisition of geotechnical, hydrogeological and geo-environmental data through surveys, the excavation and detailed logging of exploratory holes, and in-situ and laboratory testing, culminating in the production of factual reports across the Phase Two route, some land of which will be in areas of historic mining. The Framework Agreement is intended to have a duration of 8 years with works/services anticipated to be undertaken over a four-year period during that term although works/services may extend over a longer period and further HS2 Ltd will retain the option to extend the Framework Agreement for a further two years in the event of delays to the GI programme (see II.2.11 (Information about options) for further information). Further works may be called off under the Framework Agreement as optional scope at other HS2 sites or by Contracting Bodies other than HS2 Ltd (see VI.3 below). Further information on the procurement and on the Scope, Contracting Bodies and anticipated timing and value of Call-Off Contracts for Lot 2 is included in the PQP made available by HS2 Ltd at the address in I.3 above and in the accompanying initial Procurement Documents (including the Pre-Qualification Questionnaire and Outline Scope). HS2 Ltd intends to limit the number of Tenderers invited to tender for Lot 2 on the basis set out in PQP Section 4.

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: £215,000,000

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

HS2 Ltd reserves the right to omit and/or vary the Scope of Lot 2. As further described in the PQP and in the accompanying initial Procurement Documents, Applicants should note in particular that:

1) Option to extend the term of Framework Agreement

The term of the Framework Agreement will be for an initial term of eight years although HS2 Ltd reserves the right to extend the term of the Framework Agreement for up to a further two years to make a maximum possible term of ten years. HS2 Ltd reserves the right to extend the term of the Framework Agreement from eight to ten years in the event that the advertised Scope cannot be completed during the initial eight year term due to changes to the programme, including but not limited to land access delays or prolongation of the programme due to consenting issues.

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 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 must register their expression of interest in the Framework Agreement by registering on the HS2 eSourcing Portal and submitting their completed PQQ Response (see details in VI.3 below). Applicants will be able to download HS2 Ltd's PQP and accompanying initial Procurement Documents which include the Outline Scope and Pre-Qualification Questionnaire documents for information about conditions for participation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Applicants are referred to the PQP and the accompanying initial Procurement Documents for information about HS2 Ltd's requirements and Minimum Standards in relation to economic and financial standing.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Applicants are referred to the PQP and the accompanying initial Procurement Documents for information about HS2 Ltd's requirements and Minimum Standards in relation to technical and professional ability.

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Applicants are referred the PQP and the accompanying initial Procurement Documents for information about HS2 Ltd's rules and criteria for participation. Applicants must first submit their expression of interest to this call for competition by registering on the HS2 eSourcing Portal and submitting their completed PQQ Response (see details in VI.3 below).


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: 12

In the case of framework agreements, provide justification for any duration exceeding 8 years:

See justification at II.2.11) Duration of the framework agreement above.

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

19 August 2021

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

1. Capitalised terms in this Contract Notice are defined in the PQP (Table 1.3).

2. This Contract Notice is a call for competition. To express interest, Applicants must register at the HS2 eSourcing Portal (https://hs2.bravosolution.co.uk) and submit their completed PQQ Response by 12:00 midday 19th August 2021. See additional information in the PQP and accompanying initial Procurement Documents.

3. An Applicant may be a single entity or a Consortium. An Applicant may only submit one Pre-Qualification Questionnaire.

4. I.1 Contracting Entity: This Contract Notice is published by HS2 Ltd on behalf of itself and these Contracting Bodies:

• HS2 Ltd;

• any successor to HS2 Ltd assuming HS2 Ltd's functions (in whole or in part) relevant to this Framework Agreement.

Further information on the Contracting Bodies is included in the PQP.

5. II.1.3 Type of contract: This is a mixed procurement. The Scope of the Framework Agreement includes Works and Services.

6. II.2.3 Place of performance: Ground Investigations are to be carried out across the HS2 Phase Two route and potentially other HS2 sites (see PQP Appendix A1 Outline Scope).

7. II.2.4 Description of procurement: HS2 Ltd intends to appoint 10 Contractors to Lot 2 although reserves the right to appoint a fewer or greater number of Contractors in the circumstances described in the PQP (see PQP Appendix A3).

8. II.2.6 Estimated value: The given value includes the estimated total of the Scope (see PQP Appendix A1 Outline Scope). Further information on the values and HS2 Ltd's assumptions is included in the PQP.

9. II.2.7 Duration of the Framework Agreement: The Framework Agreement is for an initial term of 8 years with an option to extend for up to a further 2 years (see II.2.11 above). Further information on anticipated timing of Call-Off Contracts is included in the PQP.

10. II.2.9 (Information about the limits on the number of candidates to be invited): HS2 Ltd intends to invite 4 Applicants to Tender for Lot 1 and 14 Applicants to Tender for Lot 2 but reserves the right to invite less Applicants for one or both Lots and reserves the right to invite additional Applicants in the circumstances described in PQP Instructions to Applicants 4.11.

11. IV.1.1 Type of procedure: HS2 Ltd is procuring the Framework Agreement in accordance with the negotiated procedure with prior call for competition pursuant to UCR 2016 (as amended), reg. 47. As stated in the PQP, HS2 Ltd reserves the right not to conduct negotiations with Tenderers.

12. A response to this Contract Notice does not guarantee that an Applicant will be invited to submit a PQQ Response or 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 the Framework Agreement or any contract 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. 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.

13. 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 subsequent Invitation to Tender, howsoever incurred.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts Of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts Of Justice, Strand

London

WC2A 2LL

Country

United Kingdom