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

Commercial Delivery and Controls Framework

  • Cyhoeddwyd gyntaf: 25 Mawrth 2019
  • Wedi'i addasu ddiwethaf: 25 Mawrth 2019

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:
Cyhoeddwyd gan:
High Speed Two (HS2) Limited
ID Awudurdod:
AA23312
Dyddiad cyhoeddi:
25 Mawrth 2019
Dyddiad Cau:
24 Ebrill 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

As part of Lot 1 (Programme Controls), HS2 Ltd intends to appoint a supplier to provide suitably experienced and capable resource to support:

— project controls — supporting the compliant and timely project baseline delivery across all contributing business areas, including baseline management, programme planning, earned value management, change management, reporting and risk management,

— estimating and cost — provision of cost and estimating services, including supporting the cost management process across the HS2 project and management and assurance of the overall baseline estimate.

Throughout the Framework duration, HS2 Ltd will award work packages to the supplier as requirements are identified in order to fulfil deliverables across multiple organisation-wide work streams. It is anticipated that Work Package durations may range from a number of months up to several years.

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

High Speed Two (HS2) Limited

06791686

Two Snowhill, Snow Hill 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/

Cyfeiriad proffil y prynwr: https://hs2.bravosolution.co.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


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://hs2.bravosolution.co.uk


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

Commercial Delivery and Controls Framework

Cyfeirnod: HS2_1567

II.1.2) Prif god CPV

71540000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

HS2 Ltd is seeking to procure commercial and delivery controls services, which will comprise the following lots:

— lot 1: programme controls,

— lot 2: commercial management.

Further details on the scope of requirements relating to each lot is provided in II.1.6). It is intended that a single supplier will be appointed to each of the lots, resulting in the formation of 2 strategic relationships and framework contracts.

Please note that 1 supplier is unable to win more than 1 lot. Please note that the “1 Lot” award restriction applies to the lead party in a supplier’s bidding model only [including where there is more than 1 lead party, i.e. in a joint venture ("JV")]. For the avoidance of doubt:

— a JV party in 1 lot is not permitted to be awarded the remaining lot as lead party or JV party,

— a lead party applying for 1 lot is however permitted to be a sub-contractor in the remaining lot; and

— the same sub-contractors are permitted to be appointed across both lots.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 230 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 1

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

Applicants may express interest in, and if selected, tender for 1 or more lots, however a tenderer cannot win more than 1 lot unless exceptional circumstances apply. Applicants should note that this award selection applies to applicants and parties. Further details in relation to the award selection can be found in the Pre-Qualification Pack (“PQP”) and accompanying Procurement Documents.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Programme Controls

II.2.2) Cod(au) CPV ychwanegol

71240000

71242000

71244000

71324000

72224000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Supplier resource will primarily be based in HS2 Ltd’s Birmingham and/or London offices, however may be located at other sites along the route and travel to other offices/locations may be required.

II.2.4) Disgrifiad o’r caffaeliad

As part of Lot 1 (Programme Controls), HS2 Ltd intends to appoint a supplier to provide suitably experienced and capable resource to support:

— project controls — supporting the compliant and timely project baseline delivery across all contributing business areas, including baseline management, programme planning, earned value management, change management, reporting and risk management,

— estimating and cost — provision of cost and estimating services, including supporting the cost management process across the HS2 project and management and assurance of the overall baseline estimate.

Throughout the Framework duration, HS2 Ltd will award work packages to the supplier as requirements are identified in order to fulfil deliverables across multiple organisation-wide work streams. It is anticipated that Work Package durations may range from a number of months up to several years.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 75 %

Maen prawf cost: Commercial / Pwysoliad: 25 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 125 500 000.00 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:

Please note that the initial contract term is 48 months, with an option to extend the framework by a further 48 months (via 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(s).

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Y nifer o gyfranogwyr a ragwelir: 6

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

Applicants are referred to the PQP for information on HS2 Ltd's criteria for choosing applicants to be invited to tender for 1 or both lots. HS2 Ltd expects to select only the highest scoring 6 applicants to tender for each of the lots. However, HS2 Ltd reserves the right in its absolute discretion to invite more than or fewer than 6 applicants for any lot(s) on the basis described in the PQP.

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

II.2.14) Gwybodaeth ychwanegol

Applicants are referred to VI.3) Additional information in this Contract Notice below.

Rhif y Lot 2

II.2.1) Teitl

Commercial Management

II.2.2) Cod(au) CPV ychwanegol

71244000

71324000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Supplier resource will primarily be based in HS2 Ltd’s Birmingham and/or London offices, however may be located at other sites along the route and travel to other offices/locations may be required.

II.2.4) Disgrifiad o’r caffaeliad

As part of Lot 2 (Commercial Management), HS2 Ltd intends to appoint a supplier to provide suitably experienced and capable resource to support:

— commercial management — provision of commercial management services, including pre-contract development and post-contract management support, in addition to contributing to, developing and communicating HS2 Ltd’s commercial procedures, processes and systems,

— cost verification — provision of cost verification services to review and validate costs presented by HS2 Ltd’s supply chain and ensure commercial compliance with HS2 Ltd’s contractual agreements.

Throughout the Framework duration, HS2 Ltd will award work packages to the supplier as requirements are identified in order to fulfil deliverables across multiple organisation-wide work streams. It is anticipated that work package durations may range from a number of months up to several years.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 75 %

Maen prawf cost: Commercial / Pwysoliad: 25 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 104 500 000.00 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:

Please note that the initial contract term is 48 months, with an option to extend the Framework by a further 48 months (via 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(s).

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Y nifer o gyfranogwyr a ragwelir: 6

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

Applicants are referred to the PQP for information on HS2 Ltd's criteria for choosing applicants to be invited to tender for 1 or both lots. HS2 Ltd expects to select only the highest scoring 6 applicants to tender for each of the lots. However, HS2 Ltd reserves the right in its absolute discretion to invite more than or fewer than 6 applicants for any lot(s) on the basis described in the PQP.

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

II.2.14) Gwybodaeth ychwanegol

Applicants are referred 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 for information about the 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 for information about HS2 Ltd's requirements and minimum standards in relation to the economic and financial standing for each lot.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Applicants are referred to the PQP for information about HS2 Ltd's requirements and minimum standards in relation to the technical and professional ability requirements for each lot.

Full breakdown of the technical and commercial criteria to be applied at ITT stage can be found in the draft Invitation to Tender Documentation.


III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan

Applicants are referred to the PQP for information about HS2 Ltd’s rules and criteria for participation for each lot.

III.1.6) Adneuon a gwarantau sy’n ofynnol:

At any stage of the Procurement HS2 Ltd reserves the right, at its sole discretion, to request a Parent Company Guarantee (PCG) and/or some other financial or performance guarantee as set out within the PQP and accompanying procurement documents.

III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:

The payment mechanism, performance standards and incentive mechanism is described in the PQP and accompanying procurement documents. The Framework Contracts will be established under NEC3 PSC terms. Work packages may be instructed under pricing options A, C and E.

Further details will be provided during the Invitation to Tender (ITT) stage. Applicants are referred to the PQP for relevant information available at this Contract Notice 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 consortia to form a single legal entity. If appointed, each of the parties to a consortium shall be jointly and severally responsible for all obligations and liabilities under the Framework Contracts, and any PCG will apply to all such joint and several obligations and liabilities.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2018/S 244-558450

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 24/04/2019

Amser lleol: 10:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 03/07/2019

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: 8  (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) Terms with an initial capital letter used in this Contract Notice and the PQP have the meanings given in PQP Vol 0_Appendix D — Definitions and Abbreviations;

2) To express interest in 1 or both lots, applicants must complete the Pre-Qualification Questionnaire (PQQ) for each lot applied for on the HS2 e-Sourcing portal strictly in accordance with the submission deadline stated in the PQP. Please note that the PQQ submission deadline is a precise time and applicants should allow sufficient time to upload their completed PQQs;

3) 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 lot applied 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). Organisations/economic operators considering a response to this PQQ are advised that they must:

(i) only belong to 1 applicant and submit 1 PQQ as that applicant (note: if an organisation/economic operator(s) intends to submit a PQQ then it must decide if this is to be submitted as a single applicant, or as part of a consortium); and

(ii) not offer their services as a service provider acting as a sub-contractor to another applicant;

4) 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;

5) 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@bravosolution.co.uk or

— telephone: +44 8003684850;

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 framework contract(s) 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 PQP;

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 suppliers 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

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 framework agreement and the reasons for the decision is communicated to tenderers.

VI.5) Dyddiad anfon yr hysbysiad hwn

19/03/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71244000 Cyfrifo costau, monitro costau Gwasanaethau pensaernïol, peirianneg a chynllunio
71242000 Gwaith paratoi ac amcangyfrif costau prosiectau a dyluniadau Gwasanaethau pensaernïol, peirianneg a chynllunio
71324000 Gwasanaethau mesur meintiau Gwasanaethau dylunio peirianneg
71240000 Gwasanaethau pensaernïol, peirianneg a chynllunio Gwasanaethau pensaernïol a gwasanaethau cysylltiedig
71540000 Gwasanaethau rheoli adeiladu Gwasanaethau goruchwylio safleoedd adeiladu
72224000 Gwasanaethau ymgynghori ar reoli prosiectau Gwasanaethau ymgynghori ar systemau a materion technegol

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:
jennifer.bignell@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.