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
Emily Scott
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Independent Innovation Advisory Support Services
two.1.2) Main CPV code
- 79410000 - Business and management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
To deliver the HS2 programme, HS2 Ltd needs to ensure innovation is embraced and driven throughout the design and build of the railway; enabling increased efficiencies to be delivered and allowing time, cost and quality targets to be met, whilst creating fewer emissions and noise.
To support Innovation across the HS2 programme, HS2 Ltd has awarded a Contract for the provision of Innovation Independent Advisory Support services; focusing on the technical, engineering and supply chain aspects of innovation and providing independent technical expertise to de-risk and prove the value of an innovation to the wider HS2 programme.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £5,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 72221000 - Business analysis consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The Supplier will be required to be flexible in terms of working location. It is anticipated that the proposed resource will be required to work across multiple HS2 Ltd locations.
two.2.4) Description of the procurement
The contract will be focused on the technical, engineering and supply chain aspects of innovation and providing independent technical input to de-risk and prove the value of an innovation to the wider HS2 Ltd programme. The Supplier will be required to help identify the scale of the opportunity and qualification of the problem statements that sits under the thematic requirements of innovation.
two.2.5) Award criteria
Quality criterion - Name: ITT Technical Criteria / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The contract has an option to extend for a period of up to two years, in single or multiple intervals.
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 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: 2022/S 000-001098
Section five. Award of contract
Contract No
C1000_3408
Title
Independent Innovation Advisory Support Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 August 2022
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
PA Consulting Services Ltd
10 Bressenden Place
London
SW15 5DN
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £3,000,000
Total value of the contract/lot: £5,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
HS2 Ltd incorporated a 10 (ten) calendar day standstill period at the point of the award of the contracts and the reasons for the decision was communicated to tenderers.