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: Emily Scott
E-bost: Emily.Scott@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
Independent Innovation Advisory Support (Lot 1) & Innovation Service Delivery (Lot 2)
Cyfeirnod: 2373 (JAGGAER Project Reference Number)
II.1.2) Prif god CPV
79410000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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 is seeking to award two Contracts as follows:
• Lot 1 Innovation Independent Advisory Support - 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; and
• Lot 2 - Innovation Service Delivery - focusing on the cultural aspects of innovation and how HS2 Ltd are able to create an aligned approach and capability of innovation across the organisation and its supply chain.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 10 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:
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.
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Independent Innovation Advisory Support
II.2.2) Cod(au) CPV ychwanegol
72221000
79410000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
This Lot 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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: ITT Technical Criteria
/ Pwysoliad: 70%
Maen prawf cost: ITT Commercial Criteria
/ Pwysoliad: 30%
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 5 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 5
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
As set out in the PQQ documentation.
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
Innovation Service Delivery
II.2.2) Cod(au) CPV ychwanegol
79410000
79411100
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
This Lot will be focused on the cultural aspects of innovation and how HS2 Ltd is able to create an aligned approach and capability of innovation across the organisation and its supply chain.
The Supplier will be required to review HS2 Ltd’s innovation vision and challenge areas to ensure that an effective innovation culture is being created and establish efficient ways of how this can be evolved over the lifetime of the HS2 programme. This will support in the overall achievement of skills and engagement to create a more innovative environment.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: ITT Technical Criteria
/ Pwysoliad: 70%
Maen prawf cost: ITT Commercial Criteria
/ Pwysoliad: 30%
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 5 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 5
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
As set out in the PQQ documentation.
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.1.2) 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 PQQ documentation.
III.1.6) Adneuon a gwarantau sy’n ofynnol:
As set out in the PQQ documentation.
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 PQQ documentation.
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 PQQ documentation.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As set out in the PQQ documentation.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
negodi gyda galwad am gystadleuaeth
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:
22/02/2022
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:
02/05/2022
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: 9 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
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 e-Sourcing portal strictly in accordance with the submission deadline stated in the PQQ. 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 the Lot(s) they are bidding 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 Contract agreement 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;
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 supplier(s) will receive any, or a particular volume or value of work.
9) The initial duration of the Contracts is for 36 months and there is an option to extend the Contracts by a further 24 months (in single or multiple fixed terms), at HS2 Ltd’s sole discretion. The estimated values quoted in this Contract Notice include allowance for the extension option.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
Ffôn: +44 20794760000
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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.
VI.5) Dyddiad anfon yr hysbysiad hwn
13/01/2022