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: HS2 Ltd Supply Chain Team
E-bost: scc@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
HS2 Ltd Green Asset Maintenance & Management Services
Cyfeirnod: Project_2750
II.1.2) Prif god CPV
77000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
As part of the High Speed Rail (London – West Midlands) Act 2017 (HS2 Act), HS2 Ltd has a legal requirement to mitigate its environmental effects. In addition, HS2 Ltd has a requirement through agreements with the Department for Transport to provide environmental benefits. These requirements and provision of benefits include the provision of green assets.
HS2 Ltd has acquired much of its land temporarily to construct the railway. Some of this land has been or will be developed into environmental mitigation sites (Green Assets), which range from sites compensating for the loss of grassland, scrub and woodland habitats to new receptor sites for ancient woodland soils, amphibians and reptiles as well as other ecological and landscape mitigation sites. Collectively, this is referred to as our Green Corridor, which, once delivered, will span 3,500ha.
HS2 Ltd has adopted a hierarchical strategy transfer Green Assets not required to safely operate the railway, firstly to original landowners, then with other third parties such as NGOs and charities, and then commercial use before any residual assets become part of the operational asset portfolio. The final volumes of Maintenance and Management of residual Green Assets will therefore be dependent upon the levels of these asset transfers.
These green assets, include, but are not limited to the following:
• Woodlands;
• Grasslands;
• Hedgerows;
• Ponds, ditches and other non-engineering related drainage features; and
• Habitat, including bat houses, reptile banks and hibernacula.
Each of these green assets have environmental aims and objectives which can only be achieved through effective maintenance and management (M&M).
HS2 Ltd require Contractor(s) to undertake the M&M of these assets. It is important that M&M of green assets continues to happen to ensure that:
• Our mitigation sites meet their design objectives;
• We achieve our "No Net Loss" requirements and deliver the Green Corridor ambitions;
• We ensure compliance with the Environmental Minimum Requirements (EMRs) and other licence conditions imparted on HS2 Ltd by statutory bodies such as Natural England; and
• We avoid unnecessary reputational damage from failure of habitats and associated programme issues (cost and schedule) of rectifying.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 209 408 000.00 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
Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:
Applicants are invited to express an interest in providing the Services for any or all of the three Lots, however, any shortlisted Applicants subsequently tendering for both Lots 1 and 2, will be restricted to receiving a maximum of one service allocation within one geographical Lot. No restrictions would stop the same Tenderer winning Lot 3, plus one of the service allocations in Lots 1 or 2.
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Maintenance and Management of Phase 1 Area North
II.2.2) Cod(au) CPV ychwanegol
45112700
70332100
77000000
77300000
90700000
90710000
90714000
90720000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.
HS2 Ltd anticipates making two (2) contract awards for Lot 1 that are broadly equitable in value. However, HS2 Ltd reserves the right, at its sole discretion, to take account of other considerations (for example, but not exclusively, capacity and programme constraints, technical fit, performance standards, and price to ensure best value for money) when allocating the volume of Services and HS2 Ltd may allocate the volume of Services based on any such relevant considerations. HS2 Ltd does not guarantee a minimum volume or value of Services under any Contract.
For Lot 1, it is envisaged that the two contract awards will have an aggregated value of between 55 314 000 GBP and 78 264 000 GBP. The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised).
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 78 264 000.00 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
Nifer uchaf a ragwelir: 5
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:
Ydy
Disgrifiad o’r opsiynau:
The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension.
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
II.2.14) Gwybodaeth ychwanegol
Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.
Rhif y Lot 2
II.2.1) Teitl
Maintenance and Management of Phase 1 Area Central / South
II.2.2) Cod(au) CPV ychwanegol
45112700
70332100
77000000
77300000
90700000
90710000
90714000
90720000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.
HS2 Ltd anticipates making three (3) contract awards for Lot 2 that are broadly equitable in value. However, HS2 Ltd reserves the right, at its sole discretion, to take account of other considerations (for example, but not exclusively, capacity and programme constraints, technical fit, performance standards, and price to ensure best value for money) when allocating the volume of Services and HS2 Ltd may allocate the volume of Services based on any such relevant considerations. HS2 Ltd does not guarantee a minimum volume or value of Services under any Contract.
For Lot 2, it is envisaged that the three contract awards will have an aggregated value of between 82 970 000 GBP and 117 396 000 GBP.
The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised).
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 117 396 000.00 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
Nifer uchaf a ragwelir: 7
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:
Ydy
Disgrifiad o’r opsiynau:
The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension.
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
II.2.14) Gwybodaeth ychwanegol
Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.
Rhif y Lot 3
II.2.1) Teitl
Maintenance and Management of Phase 1 land within the security fence and any operationally sensitive slopes or cuttings.
II.2.2) Cod(au) CPV ychwanegol
45112700
70332100
77000000
77300000
90700000
90710000
90714000
90720000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.
HS2 Ltd anticipates making one (1) contract award for Lot 3.
For Lot 3, it is envisaged that the one contract award will have an aggregated value of between 9 716 000 GBP and 13 748 000 GBP.
The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised).
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 13 748 000.00 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
Nifer uchaf a ragwelir: 3
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension.
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
II.2.14) Gwybodaeth ychwanegol
Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.
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:
Applicants are referred to the PQP and PQQ for information about conditions for participation
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Applicants are referred to the PQP and PQQ for information about HS2 Ltd's requirements and minimum standards in relation to economic and financial standing.
Selection criteria as stated in the procurement documents.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Applicants are referred to the PQP and PQQ for information about HS2 Ltd's requirements and minimum standards in relation to technical and professional ability.
Selection criteria as stated in the procurement documents.
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
Applicants are referred to the PQP and PQQ for information about HS2 Ltd's objectives rules and participation.
III.1.6) Adneuon a gwarantau sy’n ofynnol:
HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (including the grant of step-in rights to Subcontracts) and other forms of security as appropriate to be specified in the procurement documents to be made available at ITT stage. Applicants are referred to the PQP for relevant information available at this Contract Notice and PQQ stage.
III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:
Further details will be provided in the ITT. Applicants are referred to the PQP and accompanying procurement documents for relevant information available at this Contract Notice and PQQ stage.
III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:
HS2 Ltd will accept expressions of interest and tenders from single entities or consortia. HS2 Ltd does not require those consortia who intend to form a single legal entity to do so at the PQQ stage. HS2 Ltd will consider contracting with a consortium, providing always that the participants in any consortium are jointly and severally liable for all of the obligations of the Contractor under the Contract.
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.1.8) 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:
27/02/2024
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:
03/09/2024
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
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 Ltd 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 Ltd e-Sourcing portal (https://hs2.bravosolution.co.uk/web/index.html). Registration is only required once;
4) For further assistance on use of the HS2 Ltd 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 Ltd 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 PQQ;
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 Contractor(s) 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
Postal address: Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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 contract and the reasons for the decision will be communicated to Tenderers.
VI.5) Dyddiad anfon yr hysbysiad hwn
09/01/2024