Tender

Land and Property Acquisitions Services Framework

  • HS2

F05: Contract notice – utilities

Notice identifier: 2021/S 000-027762

Procurement identifier (OCID): ocds-h6vhtk-02f3df

Published 4 November 2021, 10:45pm



Section one: Contracting entity

one.1) Name and addresses

HS2

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

Birmingham

B4 6GA

Contact

Hannah Cole

Email

Hannah.Cole@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

Land and Property Acquisitions Services Framework

Reference number

1802 (JAGGAER Project Reference Number)

two.1.2) Main CPV code

  • 71356000 - Technical services

two.1.3) Type of contract

Services

two.1.4) Short description

HS2 Ltd.’s strategic purpose is to support the delivery of the HS2 project successfully and realise the project’s strategic goals. The Land and Property (“L&P”) Directorate’s role in achieving this strategic purpose is to acquire and manage the right land and property, at the right time, in the right way at the right price, ensuring the delivery of value for money for tax payers whilst also being a good neighbour to the people/communities that the project impacts.

To achieve this, HS2 Ltd. are seeking to establish a Framework Agreement with two strategic suppliers which will be awarded for an initial period of four years, with an option to extend for a further four years in single or multiple fixed terms.

The Framework Suppliers will be required to provide the following high-level Services throughout the duration of the Framework Agreement:

Acquisitions Services for urban areas; and,

Acquisitions Services for rural areas.

In order to reflect the distinct specialisms of the services required, the Framework Agreement will be split into two Lots, with one Supplier being appointed to each Lot:

Lot 1 – Urban; and,

Lot 2 – Rural

The procurement documents can be accessed by visiting the following project in HS2 Ltd.'s e-sourcing portal, JAGGAER:

'Land and Property Acquisitions Services Framework' (Project Reference: 1802)

Link as follows:

https://hs2.bravosolution.co.uk/web/index.html

two.1.5) Estimated total value

Value excluding VAT: £18,244,273

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

In the event HS2 Ltd. only receives one compliant Tender across both Lots, the right will be reserved in this instance to award such Tenderer both lots.

two.2) Description

two.2.1) Title

Urban

Lot No

1

two.2.2) Additional CPV code(s)

  • 71356000 - Technical services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Acquisitions Services in urban areas

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: £9,122,136.50

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement may be extended by a further 48 months (in single or multiple fixed increments) at HS2 Ltd.'s sole discretion.

Note, the value included in this notice is based on the maximum Framework Agreement duration of 96 months.

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

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

HS2 Ltd. intends to shortlist up to 4 Applicants per lot to ITT stage (see Procurement Documents for further detail of the selection criteria and evaluation process)

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) Description

two.2.1) Title

Rural

Lot No

2

two.2.2) Additional CPV code(s)

  • 71356000 - Technical services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Acquisitions Services in rural areas

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: £9,122,136.50

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement may be extended by a further 48 months (in single or multiple fixed increments) at HS2 Ltd.'s sole discretion.

Note, the value included in this notice is based on the maximum Framework Agreement duration of 96 months.

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

Envisaged number of candidates: 4

Objective criteria for choosing the limited number of candidates:

HS2 Ltd. intends to shortlist up to 4 Applicants per lot to ITT stage (see Procurement Documents for further detail of the selection criteria and evaluation process)

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.1.2) 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.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 2

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: 2020/S 207-506547

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

Date

17 December 2021

Local time

12:00pm

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

1 March 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: 10 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

1) To express interest in 1 or both lots, Applicants must complete the Pre-Qualification Questionnaire (PQQ) for each lot applied for on the HS2 e-Sourcing portal strictly in accordance with the submission deadline stated in the PQP. 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 per lot applied for. 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 framework contract(s) 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 PQP;

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 suppliers 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

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 framework agreement and the reasons for the decision is communicated to tenderers.