Services - 22145-2017

20/01/2017    S14

United Kingdom-Birmingham: Security services

2017/S 014-022145

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: High Speed Two (HS2) Limited
National registration number: 06791686
Postal address: 2 Snow Hill, Queensway
Town: Birmingham
NUTS code: UK UNITED KINGDOM
Postal code: B4 6GA
Country: United Kingdom
Contact person: Andrew Slinn
E-mail: andrew.slinn@hs2.org.uk
Telephone: +44 2079446359
Internet address(es):
Main address: www.gov.uk/government/organisations/high-speed-two-limited
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://hs2.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://hs2.bravosolution.co.uk
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Railway services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Specialist Security Services.

Reference number: 625
II.1.2)Main CPV code
79710000 Security services
II.1.3)Type of contract
Services
II.1.4)Short description:

High Speed Two (HS2) Limited (‘HS2 Ltd’) is seeking to procure one Contractor to provide safe and effective incident management and response, proactive area patrolling, close personal protection and management of locked on protesters. The appointed Specialist Security Services (SSS) Contractor is to carry out these operations with minimal impact on HS2 Ltd's programme, whilst operating at the highest safety and operational levels to minimise any reputational impact on HS2 Ltd and the HS2 project.

The SSS Contractor is expected to be insight led with gathering of insight forming a significant part of the contract, the remainder being reactive to incident.

II.1.5)Estimated total value
Value excluding VAT: 42 117 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The procurement is for a Contractor to provide the services described in the procurement documentation under an amended NEC3 Term Service Contract (Option A and Option E) for a period of 3 years with an option to extend by a further 2 years at HS2 Ltd's sole discretion. It is envisaged that the value of the contract over a full 5 year term will be between 32 000 000 and 42 117 000 GBP with the value being dependent upon service requirement.

HS2 Ltd is responsible for developing and promoting the new high speed railway known as High Speed Two (‘HS2’). HS2 will initially run between London and Birmingham (Phase 1) with further projects to extend from Birmingham to Crewe (Phase 2a) with a subsequent extension northwards to link Birmingham to Manchester and Leeds (Phase 2b).

Incident management and response, proactive area patrolling, close personal protection and management of locked on protesters is a very specialist service environment and as such a Specialist Security Services (SSS) Contractor is to be procured to deliver a services contract. The Contractor will carry out the operations safely, effectively and with minimum impact on HS2 Ltd's programme, whilst operating at the highest safety and operational levels to minimise the reputational impact on HS2. The SSS Contractor is expected to be insight led with gathering of insight forming a significant part of the contract, the remainder being reactive to incident.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 42 117 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

The initial contract period is 36 months and there is an option to extend the contract by a further 24 months, at HS2 Ltd's sole discretion. The estimated values quoted in this section include allowance for the contract extension.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:

Refer to PQQ Guidance documentation.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

HS2 Ltd reserves the right to require deposits, guarantees, bond and/or other forms of appropriate security including parent company guarantees.

Please see the procurement documents for details of HS2 Ltd's requirements.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:

Refer to PQP/PQQ Guidance.

Applicant should note the minimum turnover requirement of 20 000 000 GBP per annum for each of the last 3 years' accounts submitted. Further details are included in the PQP/PQQ Guidance, which is available from the e-Portal detailed in section I.

III.1.6)Deposits and guarantees required:

Refer to PQP/PQQ Guidance.

III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Refer to PQP/PQQ Guidance.

III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Refer to PQP/PQQ Guidance.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

No.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 20/02/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 19/04/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Access to PQQ documentation will be conditional on the applicant agreeing to abide by the terms of an electronic confidentiality agreement. If agreement is not received the PQQ will remain hidden within the portal.

Access to ITT documentation will be conditional upon HS2 receiving a signed confidentiality agreement (both electronically via the portal and as a hard copy) as part of the PQQ submission. Applicants who do not submit a signed Confidentiality Agreement will not be eligible for shortlisting.

HS2 Ltd reserves the right to cancel, postpone, suspend or abort the procurement at any stage, or to amend the terms, conditions, and/or requirements of this procurement in whole or in part at any time.

All files are important and contain information which may have a considerable bearing on the success of the application. Interested parties can access the PQQ pack through our eSourcing system. To register to the HS2 eSourcing portal: 1. Browse to https://hs2.bravosolution.co.uk and click the ‘Register Now!’ link 2. The below message will appear: ‘Please do not create a duplicate account if you have forgotten your username, password or both. Please contact the Helpdesk on 0800 368 4850 or help@bravosolution.co.uk’. 3. To continue, click ‘close’. 4. Once you have read and accepted the terms and conditions, select ‘I agree’ and click ‘next’. 5. Enter your ‘Registration Details’ for your business and ‘User Details.’ 6. Note the username you use, this will be required when logging into the portal going forward, and click ‘save’ when complete. Powered by BravoSolution eSourcing Technology 10 / 16. 7. Fill out the ‘Basic Profile Form’. Note: All questions with a red asterisk are mandatory fields and will need to be answered to complete registration. 8. Select which category(s) are relevant to your organisation. 9. You will then receive an automated email with your unique password. 10. Upon first registration you will be asked to change your automated password. HS2 Ltd may terminate or suspend the award process at any time without incurring any cost or liability. HS2 Ltd does not bind itself to enter into any contract arising out of the procedures envisaged by this notice and no contractual rights expressed or implied arise out of this notice or the procedures envisaged by it. HS2 Ltd will not be liable in any way to any applicant or tenderer for any costs incurred in connection with this procurement process. HS2 Ltd reserves the right to disqualify any candidate who: provides information or confirmations which later prove to be untrue or incorrect; does not supply the information required by this notice or by the PQQ pack or as otherwise directed by HS2 Ltd during the procurement process; or fulfils any one or more of the criteria detailed in Regulation 26 of The Utilities Contracts Regulations 2016. HS2 Ltd reserves the right to require the submission of any additional, supplementary or clarification information as it may, in its absolute discretion, consider appropriate. All interested parties will be required to enter into a Confidentiality Agreement electronically prior to accessing the PQQ pack and to sign and return a hard copy Confidentiality Agreement as part of any response to this notice.

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Speed Two (HS2) Limited
Postal address: 2 Snow Hill, Queensway
Town: Birmingham
Postal code: B4 6GA
Country: United Kingdom
VI.5)Date of dispatch of this notice:
18/01/2017