Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

HS2 Ltd Green Asset Maintenance & Management Services

  • Cyhoeddwyd gyntaf: 11 Ionawr 2024
  • Wedi'i addasu ddiwethaf: 11 Ionawr 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-042bbf
Cyhoeddwyd gan:
High Speed Two (HS2) Limited
ID Awudurdod:
AA23312
Dyddiad cyhoeddi:
11 Ionawr 2024
Dyddiad Cau:
27 Chwefror 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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).

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90714000 Archwilio amgylcheddol Rheoli amgylcheddol
90720000 Diogelu'r amgylchedd Gwasanaethau amgylcheddol
45112700 Gwaith tirlunio Gwaith cloddio a symud pridd
77000000 Gwasanaethau amaethyddol, coedwigaeth, garddwriaeth, dyframaeth a gwenynyddiaeth Amaethyddiaeth a Bwyd
90700000 Gwasanaethau amgylcheddol Gwasanaethau carthffosiaeth, sbwriel, glanhau ac amgylcheddol
77300000 Gwasanaethau garddwriaethol Gwasanaethau amaethyddol, coedwigaeth, garddwriaeth, dyframaeth a gwenynyddiaeth
70332100 Gwasanaethau rheoli tir gwaith atgyweirio a chynnal a chadw amhreswyl
90710000 Rheoli amgylcheddol Gwasanaethau amgylcheddol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
scc@hs2.org.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.