Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
High Speed Two (HS2) Limited
High Speed Two (HS2) Ltd, Two Snowhill, Queensway
Birmingham
B4 6GA
UK
Person cyswllt: Jennifer Bignell
E-bost: Jennifer.Bignell@hs2.org.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.hs2.org.uk/
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://hs2.bravosolution.co.uk/web/index.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://hs2.bravosolution.co.uk/web/index.html
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Land Referencing Services Framework
Cyfeirnod: 2484
II.1.2) Prif god CPV
70122200
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
High Speed Two (HS2) Limited (‘HS2 Ltd’) continues to manage the largest land referencing and acquisition programme in the UK in more than 70 years, managing tens of thousands of land and property records, and thousands of land parcels, and engaging with tens of thousands of affected parties and stakeholder groups. This programme is a key enabler to the successful construction of the HS2 project.
Land referencing is a process by which legal interests in land, whether they are ownership, tenancy, licence, or rights of access, are researched and validated to ensure full and proper service of legal forms of notice under a range of orders and statutes.
To support this land referencing programme, HS2 Ltd is seeking to procure a multi-supplier Land Referencing Services Framework to provide:
• Land Referencing Services (Lot 1)
• Technical Support Services (Lot 2)
Further details relating to the requirements of the above Lots can be found within this contract notice and the procurement documentation
HS2 Ltd intends to appoint up to six Framework Agreement Suppliers for Lot 1 and up to four Framework Agreement Suppliers for Lot 2.
In order to gain access to the procurement 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. Applicants can access the PQQ documentation via the "Current Opportunities" link on the home page.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 55 200 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 2
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Land Referencing Services
II.2.2) Cod(au) CPV ychwanegol
70122200
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Lot 1 services include the securing of access to land by agreement in advance of Act powers; to prepare land and property deliverables necessary for Bill deposit; to serve notice at the appropriate time on landowners on behalf of the SoS (Secretary of State), to support survey, possession and acquisition programmes; to register title to land acquired by compulsion or by agreement.
Full details of the Lot 1 services can be found in the procurement documentation.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 60%
Maes prawf ansawdd: Social Value
/ Pwysoliad: 10%
Price
/ Pwysoliad:
30%
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 53 600 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The expected Framework Agreement duration is four (4) years with the option to extend for a further period of four (4) years via single or multiple fixed terms. The maximum total Framework Agreement length is eight (8) years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Nifer uchaf a ragwelir: 8
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
As set out in the procurement documents
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Technical Support Services
II.2.2) Cod(au) CPV ychwanegol
70122100
71356300
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Lot 2 services include technical support required in relation to the land referencing process, such as specialist input to support technical direction and continuous improvement. This Lot will also include support such as process and business requirements analysis and specialist geographic information system (GIS) and land registration support.
Full details of the Lot 2 services can be found in the procurement documentation.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 60%
Maes prawf ansawdd: Social Value
/ Pwysoliad: 10%
Price
/ Pwysoliad:
30%
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 600 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The expected Framework Agreement duration is four (4) years with the option to extend for a further period of four (4) years via single or multiple fixed terms. The maximum total Framework Agreement length is eight (8) years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Nifer uchaf a ragwelir: 8
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
As set out in the procurement documents
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
As set out in the procurement documents.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
As set out in the procurement documents.
III.1.6) Adneuon a gwarantau sy’n ofynnol:
As set out in the procurement documents.
III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:
As set out in the procurement documents.
III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:
As set out in the procurement documents.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As set out in the procurement documents.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
negodi gyda galwad am gystadleuaeth
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 10
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
03/04/2023
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
09/08/2023
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 10 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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. Applicants can access the PQQ documentation via the "Current Opportunities" link on the home page;
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 procurement documentation;
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 Consultants will receive any, or a particular volume or value of work.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A2LL
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Tenderers should contact the person named in 1.1 above in the first instance, and the Utilities Contract Regulations provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules can take action in the High Court (England, Wales and Northern Ireland).
VI.5) Dyddiad anfon yr hysbysiad hwn
23/02/2023