There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Works - 343503-2015

Display compact view

30/09/2015    S189

United Kingdom-London: Construction work

2015/S 189-343503

Contract notice – utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Official name: High Speed Two (HS2) Limited
Postal address: One Canada Square, Canary Wharf
Town: London
Postal code: E14 5AB
Country: United Kingdom
For the attention of: HS2 Procurement
E-mail: hs2procurement@hs2.org.uk
Telephone: +44 2079443000

Internet address(es):

General address of the contracting entity: http://www.hs2.org.uk/

Electronic access to information: http://www.hs2.bravosolution.co.uk/

Electronic submission of tenders and requests to participate: http://www.hs2.bravosolution.co.uk/

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Main Works Civils Contracts (‘MWCC’).
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: England.

NUTS code UKJ SOUTH EAST (ENGLAND),UKG WEST MIDLANDS (ENGLAND),UKI LONDON

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
The notice involves a public contract
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 7

Duration of the framework agreement

Duration in years: 8

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT
Range: between 0 and 11 850 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
High Speed 2 (HS2) Limited (‘HS2 Ltd’) is responsible for developing and promoting the new high speed railway known as High Speed 2 (‘HS2’). HS2 will initially run between London and Birmingham (Phase 1) but will subsequently be extended northwards to link Birmingham to Manchester and Leeds (Phase 2). The route 50 miles North of Birmingham is known as ‘Route 50NB’, which HS2 Ltd may carry out to extend the railway 50 miles further north of Birmingham.
Phase 1 Lots.
The Phase 1 civils works have been divided into the following 7 work packages on a South, Central and North geographical basis (as indicated by the reference number in each case):
— Ref. S1: Euston Tunnels and Approaches — the tunnels between Old Oak Common and Euston stations, the Old Oak Common station box and the Euston station approaches (Lot 1);
— Ref. S2: Northolt Tunnels — Old Oak Common Tunnel, Northolt Tunnel, Victoria Road Crossover Box and Northolt Tunnel West Portal to Harvill Road (Lot 2);
— Ref. C1: Chiltern Tunnel and Colne Valley Viaduct — Colne Viaduct, Tile House Chiltern Portal, Chiltern South Portal and Chiltern Tunnel (Lot 3);
— Ref. C2: North Portal Chiltern Tunnels to Brackley — Surface Route and Calvert Maintenance Depot (Lot 4);
— Ref. C3: Brackley to South Portal of Long Itchington Wood Green Tunnel — Surface Route (Lot 5);
— Ref. N1: Long Itchington Wood Green Tunnel to Delta Junction and Birmingham Spur — Long Itchington to Delta and Birmingham Spur, including Washwood Heath Control Centre (Lot 6); and
— Ref. N2: Delta Junction to WCML tie-in — Main Line, North Chord, Leeds Spur and Birmingham Spur East (Lot 7).
Each of these work packages will be the subject of a separate Phase 1 MWCC. HS2 Ltd intends to enter into seven Phase 1 MWCCs with interested parties (‘Tenderers’) selected pursuant to the process launched by this contract notice. Each Phase 1 MWCC constitutes a separate ‘Lot’ under this process (i.e. a Phase 1 Lot). A further short description of each of the 7 Phase 1 Lots is given in Annex B.
Tenderers may apply to be invited to tender for 1 or more of the 7 Phase 1 Lots. However, HS2 Ltd does not intend to allow any 1 Tenderer to tender for more than 4 Phase 1 Lots, or to award more than 2 Phase 1 Lots to any 1 Tenderer, other than in limited circumstances, which will be described in the Invitation to Tender (ITT). Therefore, since there are 7 Phase 1 Lots in total, there is likely to be a minimum of 4 Tenderers, and a maximum of 7 Tenderers, who are awarded Phase 1 MWCCs. The ITT will provide details of how HS2 Ltd will determine which 2 Phase 1 Lots to award a Tenderer who, but for the foregoing restriction, would be awarded more than 2 Phase 1 Lots. However, this restriction will apply only to the initial award of the Phase 1 Lots, and will not affect the award of any Phase 1 Lot which is re-procured under the Framework Agreement described below.
The scope of the works and services to be carried out pursuant to the Phase 1 MWCCs includes (but is not limited to) the following:
a. design services;
b. enabling works;
c. temporary works;
d. construction works;
e. tunnelling and spoil removal;
f. ground stabilisation and treatment works;
g. utilities diversions;
h. structural engineering works;
i. civil engineering works;
j. protection of third party assets;
k. access control and security services;
l. occupational health services;
m. such other works and services as are necessary to deliver Phase 1, including (but not limited to) obtaining and maintaining all necessary consents, undertaking works and services to implement agreed legacy strategy and stakeholder management.
Route 50NB Main Works Civils.
The Route 50NB main works civils comprise the following:
These works will be substantially of the same scope and nature as Phase 1 MWCC, but in relation the extension of the route beyond Birmingham.
These works will be the subject of 1 or more contracts, which HS2 Ltd may call-off pursuant to the Framework Agreement, as described below, or at its discretion award pursuant to a separate procurement. The Route 50NB main works civils are briefly described further in Annex B.
Framework Agreement.
As well as awarding the 7 Phase 1 MWCCs, HS2 Ltd will enter into a framework agreement with the Tenderers who are awarded Phase 1 MWCCs (‘the Framework Agreement’), which will have 2 components:
— A facility to call-off a completion of work scope under a Phase 1 MWCC where the contractor's employment under that Phase 1 MWCC has been terminated (the ‘Outstanding Work Scope’); and
— Procurement of the Route 50NB MWCC(s).
All of the Tenderers who are awarded 1 or more Phase 1 MWCCs pursuant to the current procedure (even those Tenderers who are awarded the maximum number of Phase 1 MWCCs referred to above) will be required to enter into the Framework Agreement.
Under the Framework Agreement, the whole of the Outstanding Work Scope may be re-allocated as a single work package or those works may be sub-divided into several work packages, each of which is re-allocated separately (such single work package or each of such several work packages is referred to below as a ‘Phase One Outstanding Works Package’). However, some of those works may be added as variations under the other Phase 1 MWCCs in accordance with its terms where the works in question need to be expedited in order to maintain programme and therefore cannot be deferred until a Phase 1 Outstanding Works Package has been re-allocated under the Framework Agreement.
Under the Framework Agreement, the Route 50NB main works civils may be procured as a single work package or may be subdivided into several work packages, each of which is procured separately (such single work package or each of such several work packages is referred to below as a ‘Route 50NB Procured Package’).
The contractor to be called off under the Framework Agreement will be selected on the basis of pre-determined criteria which may include technical and financial competencies and a mini-competition (details of which will be provided in the ITT). The pre-determined criteria and the mini-competition for a Phase 1 Outstanding Works Package will not necessarily be the same as the pre-determined criteria and mini-competition for a Route 50NB Procured Package.
The mechanism for calling off from the Framework Agreement will be described in detail in the ITT.
II.1.6)Common procurement vocabulary (CPV)

45000000 Construction work, 71541000 Construction project management services, 45234100 Railway construction works, 45221100 Construction work for bridges, 45234110 Intercity railway works, 45221112 Railway bridge construction work, 45234111 City railway construction work, 45200000 Works for complete or part construction and civil engineering work, 45221000 Construction work for bridges and tunnels, shafts and subways, 71500000 Construction-related services, 71521000 Construction-site supervision services, 71322000 Engineering design services for the construction of civil engineering works, 45234115 Railway signalling works, 45221248 Tunnel linings construction work, 45234114 Railway embankment construction work, 45221247 Tunnelling works, 45234000 Construction work for railways and cable transport systems, 45221200 Construction work for tunnels, shafts and subways, 45234112 Railway depot construction work, 71520000 Construction supervision services, 45213320 Construction work for buildings relating to railway transport, 45221242 Railway tunnel construction work, 45234116 Track construction works

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The quantity and scope of the MWCCs are described under Section II.1.5) above.
Estimated value excluding VAT
Range: between 750 000 000 and 11 850 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Please refer to Section II.1.5) above for a description of HS2 Ltd's options and refer to Section VI.3) (Additional Information) below.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 96 (from the award of the contract)

Information about lots

Lot title: Lot S1: Euston Tunnels and Approaches
1)Short description:
The tunnels between Old Oak Common and Euston stations, the Old Oak Common station box and the Euston station approaches.
2)Common procurement vocabulary (CPV)

45000000 Construction work, 71541000 Construction project management services, 45234100 Railway construction works, 45221100 Construction work for bridges, 45234110 Intercity railway works, 45221112 Railway bridge construction work, 45234111 City railway construction work, 45200000 Works for complete or part construction and civil engineering work, 45221000 Construction work for bridges and tunnels, shafts and subways, 71500000 Construction-related services, 71521000 Construction-site supervision services, 45234115 Railway signalling works, 45221248 Tunnel linings construction work, 45234114 Railway embankment construction work, 45221247 Tunnelling works, 45234000 Construction work for railways and cable transport systems, 45221200 Construction work for tunnels, shafts and subways, 45234112 Railway depot construction work, 71520000 Construction supervision services, 45213320 Construction work for buildings relating to railway transport, 45221242 Railway tunnel construction work, 45234116 Track construction works

3)Quantity or scope:
Estimated cost or date range: 600 000 000 GBP-900 000 000 GBP (based on 2015 prices).
Estimated value excluding VAT
Range: between 600 000 000 and 900 000 000 GBP
5)Additional information about lots:
Lot S1 extends from (and includes) Hampstead Road Bridge in Euston to the eastern headwall at Old Oak Common Station box, approx. 8,2 km.
The railway in the Euston Approaches is routed from Euston High Speed Station platforms through dive under structures, requiring sequential demolition and reconstruction of highways bridges and temporary utility bridges, all in close proximity to and interfacing with existing Network Rail infrastructure.
The Euston Tunnels extend 7,3 km from the Euston Portal at Parkway/Delancey Street, through London Borough of Camden and Brent with vent shafts located at Adelaide Road, Alexandra Place and Salusbury Road.
A 1 km Logistics Tunnel (shield driven) is routed from the eastern end of Old Oak Common Station Box to the Atlas Road compound and includes two temporary shafts along the route. The scope also includes Atlas Road tunnel lining and logistics compound, Willesden Euroterminal Railhead and temporary bridges linking the 2.
Applicants are referred to the PQP and Appendix D of the PQP for additional information about the scope and value of the Lot.
Lot title: Lot S2: Northolt Tunnels
1)Short description:
Old Oak Common Tunnel, Northolt Tunnel, Victoria Road Crossover Box and Northolt Tunnel West Portal to Harvill Road.
2)Common procurement vocabulary (CPV)

45000000 Construction work, 45234100 Railway construction works, 45221100 Construction work for bridges, 45234110 Intercity railway works, 45221112 Railway bridge construction work, 45234111 City railway construction work, 45200000 Works for complete or part construction and civil engineering work, 45221000 Construction work for bridges and tunnels, shafts and subways, 71500000 Construction-related services, 71521000 Construction-site supervision services, 45234115 Railway signalling works, 45221248 Tunnel linings construction work, 45234114 Railway embankment construction work, 45221247 Tunnelling works, 45234000 Construction work for railways and cable transport systems, 45221200 Construction work for tunnels, shafts and subways, 45234112 Railway depot construction work, 71520000 Construction supervision services, 45213320 Construction work for buildings relating to railway transport, 45221242 Railway tunnel construction work, 45234116 Track construction works

3)Quantity or scope:
Estimated value excluding VAT
Range: between 850 000 000 and 1 400 000 000 GBP
5)Additional information about lots:
Lot S2 lies between the western headwall of Old Oak Common Station at approx. 9,5 km, and the western side of Harvil Road at approx. 25,8 km.
The S2 scope includes the Victoria Road crossover box, West Ruislip portal, four ventilation shafts, 13,4 km of twin bored tunnels, 0,32 km of twin SCL tunnels and 2 shafts at Old Oak Common.
The scope also include major bridge works at Harvil Road, West Ruislip railhead, earthworks at Copthall and Brackenbury, Copthall retained structure, miscellaneous retaining walls and bridges, large areas of sustainable placement, as well as associated utility diversions, demolitions, protective and ground treatment works.
Applicants are referred to the PQP and Appendix D of the PQP for additional information about the scope and value of the Lot.
Lot title: Lot C1: Chiltern Tunnel and Colne Valley Viaduct
1)Short description:
Colne Viaduct, Tile House Chiltern Portal, Chiltern South Portal and Chiltern Tunnel.
2)Common procurement vocabulary (CPV)

45000000 Construction work, 71541000 Construction project management services, 45234100 Railway construction works, 45221100 Construction work for bridges, 45234110 Intercity railway works, 45221112 Railway bridge construction work, 45234111 City railway construction work, 45200000 Works for complete or part construction and civil engineering work, 45221000 Construction work for bridges and tunnels, shafts and subways, 71500000 Construction-related services, 71521000 Construction-site supervision services, 45234115 Railway signalling works, 45221248 Tunnel linings construction work, 45234114 Railway embankment construction work, 45221247 Tunnelling works, 45234000 Construction work for railways and cable transport systems, 45221200 Construction work for tunnels, shafts and subways, 45234112 Railway depot construction work, 71520000 Construction supervision services, 45213320 Construction work for buildings relating to railway transport, 45221242 Railway tunnel construction work, 45234116 Track construction works

3)Quantity or scope:
Estimated value excluding VAT
Range: between 800 000 000 and 1 300 000 000 GBP
5)Additional information about lots:
Lot C1 extends in a North Westerly direction from Harvil Road, North of Ickenham through to the North portal of the Chiltern tunnels near South Heath.
The railway passes through the London Borough of Hillingdon in Greater London, Three Rivers District in Hertfordshire County, and South Bucks District and Chiltern District in Buckinghamshire County.
The 22,0 km trace is routed on the 3,4 km long Colne Valley Viaduct, embankments, through cuttings and the 15,8 km long Chiltern Tunnel.
Applicants are referred to the PQP and Appendix D of the PQP for additional information about the scope and value of the Lot.
Lot title: Lot C2: North Portal Chiltern Tunnels to Brackley
1)Short description:
Surface Route and Calvert Maintenance Depot.
2)Common procurement vocabulary (CPV)

45000000 Construction work, 71541000 Construction project management services, 45234100 Railway construction works, 45221100 Construction work for bridges, 45234110 Intercity railway works, 45221112 Railway bridge construction work, 45234111 City railway construction work, 45200000 Works for complete or part construction and civil engineering work, 45221000 Construction work for bridges and tunnels, shafts and subways, 71500000 Construction-related services, 71521000 Construction-site supervision services, 45234115 Railway signalling works, 45221248 Tunnel linings construction work, 45234114 Railway embankment construction work, 45221247 Tunnelling works, 45234000 Construction work for railways and cable transport systems, 45221200 Construction work for tunnels, shafts and subways, 45234112 Railway depot construction work, 71520000 Construction supervision services, 45213320 Construction work for buildings relating to railway transport, 45221242 Railway tunnel construction work, 45234116 Track construction works

3)Quantity or scope:
Estimated value excluding VAT
Range: between 800 000 000 and 1 300 000 000 GBP
5)Additional information about lots:
Lot C2 extends from the North Portal of the Chiltern tunnels near South Heath, to the Northern end of the Turweston cutting, near Brackley.
Passing through Bucks County, Chiltern District, Wycombe District, Aylesbury Vale, Oxford County, Cherwell District, Northants County and South Northants District Councils, the 47,6 km trace is routed on viaducts and embankments, and through cuttings.
The route includes for a maintenance depot at Calvert and a green tunnel at Wendover.
Applicants are referred to the PQP and Appendix D of the PQP for additional information about the scope and value of the Lot.
Lot title: Lot C3: Brackley to South Portal of Long Itchington Wood Green Tunnel
1)Short description:
Surface Route.
2)Common procurement vocabulary (CPV)

45000000 Construction work

3)Quantity or scope:
Estimated value excluding VAT
Range: between 600 000 000 and 900 000 000 GBP
5)Additional information about lots:
Lot C3 extends from the Northern end of the Turweston cutting near Brackley, to the south end of Mill Pond embankment, near Southam.
Passing through Northants, South Northants, Warwickshire County Council and Stratford on Avon District Councils, the 30,1 km trace is routed on viaducts and embankments, and through cuttings.
Where it passes close to the villages of Greatworth and Chipping Warden, the line is in Green tunnels.
Applicants are referred to the PQP and Appendix D of the PQP for additional information about the scope and value of the Lot.
Lot title: Lot N1: Long Itchington Wood Green Tunnel to Delta Junction and Birmingham Spur
1)Short description:
Long Itchington to Delta and Birmingham Spur, including Washwood Heath Control Centre.
2)Common procurement vocabulary (CPV)

45000000 Construction work

3)Quantity or scope:
Estimated value excluding VAT
Range: between 900 000 000 and 1 500 000 000 GBP
5)Additional information about lots:
Lot N1 includes the line of route from the south end of Mill Pond embankment, 30 km north to Birmingham Interchange Station and from Water Orton, 9,5 km west, terminating at Curzon Street Station.
The Mill Pond embankment to the Interchange Station section exits a twin bored tunnel and passes through undulating countryside requiring numerous cuttings, embankments, viaducts and highway diversions.
The Birmingham Spur from Water Orton through to the New Curzon Street Station passes through a nature reserve, into tunnel in a semi-residential/urban area before threading its way above ground through Birmingham's industrial area into the city centre.
A rolling stock maintenance depot and HS2 control centre will be located at Washwood Heath at the west end of the 2,8 km Bromford Tunnel.
Applicants are referred to the PQP and Appendix D of the PQP for additional information about the scope and value of the Lot.
Lot title: Lot N2: Delta Junction to WCML tie-in
1)Short description:
Main Line, North Chord, Leeds Spur and Birmingham Spur East.
2)Common procurement vocabulary (CPV)

45000000 Construction work

3)Quantity or scope:
Estimated value excluding VAT
Range: between 800 000 000 and 1 300 000 000 GBP
5)Additional information about lots:
Lot N2 consists of approximately 50 km of track in a mainly rural setting, starting at the Delta Junction located to the east of Birmingham heading northwards towards Lichfield to tie-in to the West Coast Main Line.
The Delta Junction consists of complex viaducts crossing over the M6 and M42. The route to the north of the Delta Junction consists of embankments and cuttings with several viaducts crossing natural watercourses and canals.
The Streethay cutting, east of Lichfield, is of significant length including crossings under the West Coast Main Line and A38.
N2 also includes both the Leeds and Manchester Spurs and a 27 line temporary railhead at Kingsbury Road.
Applicants are referred to the PQP and Appendix D of the PQP for additional information about the scope and value of the Lot.
Lot title: Lot 50NB: Route 50NB Main Works Civils
1)Short description:
Connection at Fradley Junction, Main Line, and connection to the West Coast Main Line.
NB: These works may be procured as one or more separate work packages under the Framework Agreement referred to in the contract notice.
2)Common procurement vocabulary (CPV)

45000000 Construction work

3)Quantity or scope:
Estimated value excluding VAT
Range: between 1 750 000 000 and 3 250 000 000 GBP
5)Additional information about lots:
Applicants are referred to the PQP for additional information about the scope of the Lot.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (potentially including the grant of step-in rights) and other forms of security as appropriate to be specified at ITT stage. Further details and requirements will be provided in the ITT.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The main financing conditions, payment mechanism and performance standards will be described in the ITT but it is expected that payment (for the Main Works) will be in accordance with the provisions of NEC3 Engineering and Construction Contract Option C: Target Contract with Activity Schedule (NEC3 Option C) as the same may be amended by HS2 Ltd. Further details will be provided in the ITT.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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. HS2 Ltd will consider contracting with a Consortium, providing always that the participants in any joint venture are jointly and severally liable for all of the obligations of the Contractor under the MWCC.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Requirements will be set out in the ITT.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Refer to the Pre-Qualification Pack (PQP). Also see paragraph 6 of Section VI.3) below.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Refer to requirements set out in the PQP, which includes a minimum annual turnover and minimum net assets of the Applicant for each Lot.
Further selection criteria relating to Route 50NB will be part of the mini-competition process under the Framework Agreement, which will be described in the ITT.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Refer to requirements in the pre-qualification pack.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
MWCC2550
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
19.11.2015 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
1. Terms with an initial capital letter used in this contract notice, the PQP and the PQQ have the meanings given in Section 1.3 (Definitions) of the PQP.
2. Additional information in respect of Section II.1.5) (Short description of the contract or purchase(s)): Each MWCC will comprise 2 stages:
— Stage 1: Design and development; and
— Stage 2: Delivery and execution.
HS2 Ltd shall be entitled to decide not to progress Stage 2 of a given MWCC. The mechanism for how this will operate will be set out in the form of MWCC included in the ITT.
3. Additional information in respect of II.2) (Total quantity and scope): the value of each Package is given in Annex B. Values are estimated and based on 2015 prices.
4. Additional information in respect of Section II.3) (Duration of the contract or time limit for completion): Applicants should note that the issue of the ITT for each Phase 1 Lot will be phased.
5. Applicants should note that the duration of the contract and time limit for completion expressed in this contract notice may be subject to change in accordance with the terms of the PQP, ITT and the MWCC.
6. Additional information in respect of Section II.1.9) (Information about variants) above: HS2 Ltd reserves the right to accept variants at the ITT stage provided a Tenderer has also submitted a compliant Tender. Further information and minimum requirements in relation to any variants and how variants will be evaluated will be set out in the ITT.
7. Additional information in respect of Section III.1) (Conditions relating to the contract): The MWCCs will utilise the NEC3 Option C form of contract as amended by HS2 Ltd. The MWCCs will make appropriate provisions to include HS2 Ltd's requirements, including performance security requirements and indemnities, specific targets, Key Performance Indicators (KPIs), and appropriate incentives (which may include ancillary partnering arrangements) to ensure that the delivery achieves best value. Further details on the form of MWCC and contracting approach will be provided in the ITT.

8. Tenderers should be aware that HS2 Ltd reserves the right to do any, some or all of the following: omit scope, vary the scope of the MWCCs (including to expedite any outstanding works under a Phase One MWCC, as referred to in Section II.1.5) (Short description of the contract or purchase(s)) above), vary the scope as between the Lots or between Lots and the enabling works contracts which are the subject of a separate contract notice ref. 2015/S 053-093208; vary the scope of the MWCCs to reflect matters under, arising from or in connection with the HS2 Hybrid Bill currently progressing through Parliament in respect of Phase 1 and any such Hybrid Bill related to Route 50NB, and to abort the procurement of any Lot and to aggregate the scope of that aborted Lot into one or more of the other Lots. Further information in relation to scope and value of the Lots is included in the PQP.

9. Applicants shall note the following:
All economic operators must complete the pre-qualification questionnaire on the Hs2 eSourcing portal strictly in accordance with the submission deadline for PQ Applications stated in the PQP.

All economic operators are required to express an interest by registering on the HS2 eSourcing portal (www.hs2.bravosolution.co.uk). Registering is only required once.

Registering: economic operators should browse to the eSourcing portal and complete the following:
a) Click the 'Register Now’ link.
b) 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 +44 8003684850 or help@bravosolution.co.uk

To continue, click 'close’.
Once you have read and accepted the terms and conditions, select ‘I agree’ and click 'next'.
c) Enter your ‘Registration Details’ for your business and ‘User Details’.
d) Note the username you use, this will be required when logging into the portal going forward, and click 'save' when complete.
e) You will then receive an automated e-mail with your unique password.
f) Upon first registration you will be asked to change your automated password.
Access to the pre-qualification questionnaire (PQQ) and PQP:
a) Login to the HS2 eSourcing portal with your unique username and password.
b) Under the title My Procurement Project, Click on the 'PQQs open to all suppliers' link.
c) Click on the relevant titled pre-qualification item.
d) Click the 'express interest' button at the top of the page, a pop-up box will appear asking you to confirm you are about to express an interest, click ok. Then another pop-up will appear with details of the next steps, click ok. In the 'actions' box on the left hand side of the page (this will move the PQP into the applicants 'my PQQ' box). This is a secure area for projects only.
e) Click on the PQQ code. The applicant can now access any attachments by clicking the on the ‘buyer attachments' on the menu on the left hand side.
f) Download the documents relating to the pre-qualification questionnaire. Click 'attachments' on the left hand side. The number in brackets refers to number of Documents that need to be downloaded. Click on the bold and underlined file name. Select 'save' and store on your PC.
Responding to the pre-qualification questionnaire:
a) On the left hand side menu, click 'My Response', the economic operators must now choose 'Create Response' or ‘Decline to respond’ (If you select 'Decline to Respond' please detail a reason if declining).
b) Economic operators can now use the messages functions to communicate with HS2 Ltd and seek clarification. To access this, on the left hand menu, click 'Messages', you will be able to create a message here.
c) Please note the deadline for completion, this is a precise time and the eSourcing portal will reject the economic operators pre-qualification questionnaire if it is submitted after this time.
d) Economic operators should click 'Edit Response' on the right hand side, and populate their response, Economic operators should click 'Submit Response' at the top of the page, when they wish to submit the final completed pre-qualification questionnaire. Please note that there is detailed online help.
For further assistance contact the BravoSolution helpdesk which is available Monday to Friday (8:00-18:00) GMT on:

a) email — help@bravosolution.co.uk or

b) telephone +44 8003684850.
Economic operators must inform HS2 Ltd that they are interested in the Phase 1 MWCCs by complying with the requirements of the pre-qualification questionnaire available to parties registering to the HS2 eSourcing portal, as above. HS2 Ltd will use the information provided to select economic operators to be invited to tender for each of the Phase 1 MWCCs.
In the PQQ, Applicants will be instructed to answer technical questions that are specific to the particular Lots that they express an interested in (e.g. tunnels or surface route). Applicants must follow the guidance for completing questions given in the PQP and PQQ to ensure a compliant PQ Application.
10. A response to this notice does not guarantee that an Applicant will be invited to tender. The award 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 procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Any contract let by HS2 Ltd may provide that the scope or duration of the contract may be extended at HS2 Ltd's discretion. 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 economic operator who:
— Provides information or confirmations which later prove to be untrue or incorrect; does not supply the information required by this contract notice or by the PQQ and PQP, or as otherwise required by HS2 Ltd during the award process; or
— Fulfils any 1 or more of the criteria detailed in Regulation 26 of the UK Utilities Contracts Regulations 2006 (as amended).
11. 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.
12. Applicants and Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this notice and any pre-qualification questionnaire and with submitting any tender, howsoever incurred.
13. HS2 Ltd embraces diversity and welcomes applications from all suitably skilled contractors of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. HS2 Ltd will actively promote sustainable procurement throughout its supply chain and welcomes applications from contractors committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: HS2 Ltd will incorporate a standstill period of a minimum of 10 calendar days at the point that information on the award of the Phase 1 MWCCs and the reasons for the decision is communicated to tenderers.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.9.2015