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

Discretionary Schemes Valuation Services Framework

  • Cyhoeddwyd gyntaf: 17 Mawrth 2020
  • Wedi'i addasu ddiwethaf: 17 Mawrth 2020

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) Ltd
ID Awudurdod:
AA77186
Dyddiad cyhoeddi:
17 Mawrth 2020
Dyddiad Cau:
09 Ebrill 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

HS2 Ltd intends to procure a framework for the provision of discretionary schemes valuation services.

The intention is to establish a framework with six suppliers, who will be required to provide the following scope of services:

• Inspected and desktop valuation services, in order to determine the unblighted market value for properties across the entire HS2 route, where they have been agreed to be purchase by the Secretary of State (SoS) of Transport under HS2 Ltd's discretionary schemes - 'Need To Sell (NTS)' and 'Rural Schemes Zone (RSZ)'; and

• Technical valuation support and advisory services, in order to assist HS2 Ltd in complex cases under its discretionary purchase schemes as and when required.

The desired objectives of the discretionary schemes valuation services framework are to:

• provide valuation services to HS2 Ltd and owners of properties along the HS2 route (including Phase One, 2a and 2b); and

• maintain property owners' satisfaction by producing valuation reports in a timely manner that meet RICS standards.

The framework will provide HS2 Ltd with the ability to commission work package(s) as required throughout the framework duration. This will allow HS2 Ltd to draw upon services in a flexible, compliant and cost-effective manner. For both, inspected and desktop valuation services, it is intended that one work package will be awarded to each supplier immediately upon framework commencement. HS2 Ltd will instruct work under each suppliers’ work package based on a rolling instruction method so that the supplier with the least amount of valuations will be given the next valuation and then the next lowest supplier and so on, ensuring that the same amount of valuations are awarded to the suppliers (across both allocation by HS2 Ltd and the public), where possible.

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

High Speed Two (HS2) Ltd

Two Snowhill, Snowhill Queensway

Birmingham

B4 6GA

UK

Person cyswllt: Samuel Antony-Felix

E-bost: Samuel.AntonyFelix@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

Discretionary Schemes Valuation Services Framework

Cyfeirnod: Project_1872

II.1.2) Prif god CPV

70000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

HS2 Ltd intends to procure a framework for the provision of discretionary schemes valuation services. The intention is to establish a framework with six suppliers, resulting in the formation of six strategic supplier relationships.

further details on the scope of requirements relating to the framework is provided in II.2.4) Description of Procurement below.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 851 506.00 GBP

II.1.6) Gwybodaeth am lotiau

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

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

HS2 Ltd intends to procure a framework for the provision of discretionary schemes valuation services.

The intention is to establish a framework with six suppliers, who will be required to provide the following scope of services:

• Inspected and desktop valuation services, in order to determine the unblighted market value for properties across the entire HS2 route, where they have been agreed to be purchase by the Secretary of State (SoS) of Transport under HS2 Ltd's discretionary schemes - 'Need To Sell (NTS)' and 'Rural Schemes Zone (RSZ)'; and

• Technical valuation support and advisory services, in order to assist HS2 Ltd in complex cases under its discretionary purchase schemes as and when required.

The desired objectives of the discretionary schemes valuation services framework are to:

• provide valuation services to HS2 Ltd and owners of properties along the HS2 route (including Phase One, 2a and 2b); and

• maintain property owners' satisfaction by producing valuation reports in a timely manner that meet RICS standards.

The framework will provide HS2 Ltd with the ability to commission work package(s) as required throughout the framework duration. This will allow HS2 Ltd to draw upon services in a flexible, compliant and cost-effective manner. For both, inspected and desktop valuation services, it is intended that one work package will be awarded to each supplier immediately upon framework commencement. HS2 Ltd will instruct work under each suppliers’ work package based on a rolling instruction method so that the supplier with the least amount of valuations will be given the next valuation and then the next lowest supplier and so on, ensuring that the same amount of valuations are awarded to the suppliers (across both allocation by HS2 Ltd and the public), where possible.

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: 2 851 506.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The initial framework will be awarded for a period of 4 years, with the option to extend for a further 4 years via fixed or multiple terms, taking the maximum framework term to 8 years. The estimated values quoted in this contract notice include allowance for the extension option.

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

Y nifer o gyfranogwyr a ragwelir: 8

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

Applicants are referred to the Pre-Qualification Pack (PQP) for information on HS2 Ltd's criteria for the framework. HS2 Ltd expects to select only the top 8 applicants to tender. However, HS2 Ltd reserves the right in its absolute discretion to invite more than or fewer than 8 applicants 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.


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.


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

Applicants are referred to the PQP for information about the conditions for participation.

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 and performance standards are described in the PQP and accompanying procurement documents. Payment arrangements will be in accordance with the provisions of the NEC3 Professional Services Contract (Options A, E and G), with HS2 Ltd amendments. 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 those Consortia who intend to form a single legal entity to do so at the pre-qualification stage. If appointed to the framework, each of the parties to a consortium shall be jointly and severally responsible for all obligations and liabilities under the framework, 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.1.3) 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: 6

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: 09/04/2020

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: 12/06/2020

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

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

8 years.

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 and associated procurement documents;

2) 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 PQP. Please note that the PQQ submission deadline is a precise time and Applicants should allow sufficient time to upload their completed PQQs;

3) An applicant may be a single organisation or a consortium. 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). Organisations/economic operators considering a response to this PQQ are advised that they must:

(i) only belong to one applicant and submit one 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 (8.00-18.00) 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.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court of England and Wales

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:

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

12/03/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
70000000 Gwasanaethau eiddo tiriog Adeiladu ac Eiddo Tiriog

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:
Samuel.AntonyFelix@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.