Opportunity

Specialist Security Services

  • HS2

F05: Contract notice – utilities

Notice reference: 2022/S 000-023011

Published 18 August 2022, 4:00pm



Section one: Contracting entity

one.1) Name and addresses

HS2

High Speed Two (HS2) Ltd, 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

Specialist Security Services

Reference number

2255

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

High Speed Two (HS2) Limited (‘HS2 Ltd’) is seeking to procure a Specialist Security Services contract to provide security and maintain the protection of HS2 Ltd’s sites, assets and people.

The appointed Contractor is to provide safe and effective incident management and response, proactive area patrolling, close personal protection and management of locked on protesters. The appointed Contractor is to carry out these operations with minimal impact on the HS2 programme, whilst operating at the highest safety and operational levels to minimise any reputational impact on HS2 Ltd and the HS2 project.

The Contractor is expected to be insight led, with gathering of insight forming a significant part of the contract, the remainder being reactive to incident.

In order to gain access to the PQQ 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. Once you have an account you will need to express your interest by emailing the procurement managers James Patterson (james.patterson@hs2.org.uk) and Robert Mercer (robert.mercer@hs2.org.uk) confirming the email address that is linked to your JAGGAER account, you will then be added to the PQQ.

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

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

The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract (Option A and Option E) for an initial period of 5 years with the option to extend, at HS2 Ltd’s sole discretion, for up to a further 2 years via single or multiple fixed term increments. It is envisaged that the total value of the contract will be between 94 515 000 GBP and 150 000 000 GBP with the value being dependent upon service requirement.

Incident management and response, proactive area patrolling, close personal protection and management of locked on protesters is a very specialist service environment and as such a Specialist Security Services Contractor is to be procured to deliver a services contract. The Contractor will carry out the operations safely, effectively and with minimum impact on the HS2 programme, whilst operating at the highest safety and operational levels to minimise the reputational impact on HS2 Ltd and the HS2 project. The Contractor is expected to be insight led, with gathering of insight forming a significant part of the contract, the remainder being reactive to incident.

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: £150,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd’s sole discretion, for up to a further 24 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension.

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

Maximum number: 5

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.1.8) 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

27 September 2022

Local time

12:00pm

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

6 February 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;

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 PQQ;

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 Contractor 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

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 will be communicated to Tenderers.