Opportunity

ISO Certification, Carbon Management Assessment (Lot 1) and Environmental Data Verification Services (Lot 2)

  • HIGH SPEED TWO (HS2) LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-032297

Published 15 November 2022, 8:50am



Section one: Contracting entity

one.1) Name and addresses

HIGH SPEED TWO (HS2) LIMITED

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

Birmingham

B4 6GA

Email

saema.jaffer1@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

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/web/index.html

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ISO Certification, Carbon Management Assessment (Lot 1) and Environmental Data Verification Services (Lot 2)

Reference number

2494 (JAGGAER Project Reference Number)

two.1.2) Main CPV code

  • 71313420 - Environmental standards for construction

two.1.3) Type of contract

Services

two.1.4) Short description

Lot 1 - ISO Certification and Carbon Management Assessment Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide certification services of its management systems to the following standards:

- ISO 9001:2015 Quality Management

- ISO 14001:2015 Environmental Management

- ISO 45001:2018 Occupational Health and Safety Management System

- The latest standard for Carbon Management in Infrastructure, as determined by the British Standards Institution (BSI) (e.g., PAS2080:2016).

The Supplier will provide evidence for HS2 Ltd's continual compliance to the certified management systems and identify areas for continual improvement. This will support the continued effectiveness and efficiencies of HS2 Ltd's internal controls.

Lot 2: Environmental Data Verification Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide environmental data verification services to support development and publication of its annual Environmental Sustainability Progress Report (ESPR) statement.

The Supplier will help HS2 Ltd ensure that best practices are adhered to in relation to environmental data assurance, data reporting systems and any topic specific requirements e.g., carbon management.

two.1.5) Estimated total value

Value excluding VAT: £444,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

Economic Operators are invited to apply for Lot 1 and/or Lot 2 and may be successfully awarded both Lots should they be determined as the Most Economically Advantageous Tender (MEAT) in accordance with the process set out in the procurement documents.

two.2) Description

two.2.1) Title

ISO Certification and Carbon Management Assessment (Lot 1)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71313420 - Environmental standards for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 - ISO Certification and Carbon Management Assessment Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide certification services of its management systems to the following standards:

- ISO 9001:2015 Quality Management

- ISO 14001:2015 Environmental Management

- ISO 45001:2018 Occupational Health and Safety Management System

- The latest standard for Carbon Management in Infrastructure, as determined by the British Standards Institution (BSI) (e.g., PAS2080:2016).

The Supplier will provide evidence for HS2 Ltd's continual compliance to the certified management systems and identify areas for continual improvement. This will support the continued effectiveness and efficiencies of HS2 Ltd's internal controls.

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: £216,000

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

Start date

1 March 2023

End date

28 February 2026

This contract is subject to renewal

Yes

Description of renewals

The Contract is expected to commence on 1st March 2022. Subject to the Conditions of Contract, the expected Contract duration is 36 months for the initial term, with the option to extend for up to a further 36 months via single or multiple fixed term increments, at the sole discretion of HS2 Ltd.

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

Environmental Data Verification Services (Lot 2)

Lot No

2

two.2.2) Additional CPV code(s)

  • 71313450 - Environmental monitoring for construction
  • 71317210 - Health and safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2: Environmental Data Verification Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide environmental data verification services to support development and publication of its annual Environmental Sustainability Progress Report (ESPR) statement.

The Supplier will help HS2 Ltd ensure that best practices are adhered to in relation to environmental data assurance, data reporting systems and any topic specific requirements e.g., carbon management.

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: £228,000

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

Start date

1 March 2023

End date

28 February 2026

This contract is subject to renewal

Yes

Description of renewals

The Contract is expected to commence on 1st March 2022. Subject to the Conditions of Contract, the expected Contract duration is 36 months for the initial term, with the option to extend for up to a further 36 months via single or multiple fixed term increments, at the sole discretion of HS2 Ltd.

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

Open procedure

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

16 December 2022

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

four.2.7) Conditions for opening of tenders

Date

16 December 2022

Local time

12:00pm


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

Tenderers must complete the Invitation to Tender (ITT) on the HS2 e-Sourcing portal strictly in accordance with the submission deadline stated in the ITT. Please note that the ITT submission deadline is a precise time and Tenderers should allow sufficient time to upload their completed ITT.

HS2 Ltd will accept tenders from a number of bidding models, including single entities or consortia. A Tenderer may only submit one tender per the Lot(s) they are bidding for. HS2 Ltd will not accept multiple tenders 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 Tenderer or as party to a consortium).

The ITT can be found through HS2 Ltd's eSourcing portal at https://hs2.bravosolution.co.uk, under the reference "itt_1374 - Lots 1 and 2 ISO Certification, Carbon Management Assessment and Environmental Data Verification"

For further assistance on use of HS2 Ltd's e-Sourcing portal Tenderers 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;

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 or 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 Tenderers on terms set out in the ITT.

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 with submitting any tender, howsoever incurred.

HS2 Ltd embraces diversity and welcomes tenders 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.

There is no guarantee, express or implied, that appointed Supplier(s) will receive any, or a particular volume or value of work. The estimated values quoted in this Contract Notice include allowance for the maximum extension option.

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 Contracts and the reasons for the decision is communicated to Tenderers.