Works - 93208-2015

Display compact view

17/03/2015    S53

United Kingdom-London: Construction work

2015/S 053-093208

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) Ltd
Postal address: One Canada Square, Canary Wharf
Town: London
Postal code: E14 5AB
Country: United Kingdom
Contact person: HS2 Procurement
E-mail: hs2procurement@hs2.org.uk

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:
EWP12101 Enabling Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting entities
Main site or location of works, place of delivery or of performance: England.

NUTS code UK UNITED KINGDOM

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
The scope of works includes but is not limited to:
Project Management, Construction Management and Design Management activities, including but not limited to:
— Planning;
— Gaining consents, approvals and assurances;
— Programming;
— Reporting.
Design support to the enabling works activities;
— Multiple utilities diversions, including but not limited to:
— Detailed designs;
— Planning and noticing;
— Diversion construction including the installation of temporary bridges.
Site Clearance including but not limited to:
— Bulk excavations;
— Site levelling and provision of hardstand;
— Removal of fauna; trees and bushes;
— Contaminated land removal and disposal;
— Removal of invasive plants including but not limited to Japanese Knotweed and Hogweed.
Ground remediation;
Demolition of buildings and other structures, including but not limited to:
— Planning;
— Surveying;
— Asbestos surveys and removal;
— Demolition works;
— Disposal.
Construction of site compounds and logistics areas (lorry handling areas);
Construction of batching plants;
Highway construction, realignments, diversions, including but not limited to:
— New highways;
— Haul roads;
— Site accesses;
— Slip roads;
— Construction of car parks;
— Design, planning, consents etc. of above.
Footpath and bridleway construction, realignments, diversions, including but not limited to;
— Planning;
— construction.
Construction of security fencing and installation of security systems;
Structural reinforcement, including but not limited to bridge strengthening, building reinforcement, temporary support of structures;
Planting stock;
Environmental surveys and works, including but not limited to:
— Environmental surveys;
— Habitat and species relocations; including but not limited to landscaping, planting and pond creation.
Archaeological investigations, surveys and works;
Exhumations;
Instrumentation and monitoring, including but not limited to:
— Buildings and structures settlement monitoring;
— Noise, dust and vibration monitoring;
— Data recording and management (database creation and management).
‘Watercourse' activities, including but not limited to:
— Modelling;
— Surveying;
— Bed strengthening;
— Diversions and realignment.
Purchasing long lead material items;
Providing a storage facility for materials and plant;
Specialist Security Services.
The Scope will be packaged into 3 Lots, which will take the form of 3 single supplier Contracts across 3 geographic zones, covering the North, Central and South areas of HS2 Phase 1.
Lot 1 — Area South;
Lot 2 — Area Central;
Lot 3 — Area North.

For more details regarding the scope and Lots please refer to the Pre-Qualification Pack which can be found on the HS2 eSourcing Portal at www.hs2.bravosolution.co.uk

II.1.6)Common procurement vocabulary (CPV)

45000000 Construction work, 71541000 Construction project management services, 45100000 Site preparation work, 71322000 Engineering design services for the construction of civil engineering works, 65000000 Public utilities, 45200000 Works for complete or part construction and civil engineering work, 45111000 Demolition, site preparation and clearance work, 79710000 Security services

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 900 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contracts will include the option to extend the duration for 2 separate years.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Refer to the pre-qualification pack.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to the pre-qualification pack.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Refer to the pre-qualification pack.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Refer to the pre-qualification pack.
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: Responses to questions in the pre-qualification pack.
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 pre-qualification pack which includes a minimum annual turnover of the contracting entity for each Lot:
— Lot 1: GBP 300 000 000;
— Lot 2: GBP 300 000 000
— Lot 3: GBP 300 000 000.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Responses to questions 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:
EWP12101
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
23.4.2015 - 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:
Economic operators shall note the following:
All economic operators must complete the pre-qualification questionnaire on the HS2 eSourcing portal.

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 'click here to register' link.
b) Accept the terms and conditions and click 'continue'.
c) Enter your business and user details.
d) Note the username you use and click 'save' when complete.
e) You will then receive an e-mail with your unique password.
Access to the pre-qualification questionnaire and information pack (PQQ):
a) Login to the HS2 eSourcing portal with your unique username and password.
b) Click on the 'PQQs open to all suppliers' link.
c) Click on the relevant titled Pre-qualification item.
d) Click the 'express interest' button in the 'actions' box on the left hand side of the page (this will move the pre-qualification pack 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 'settings and buyer attachments' in the actions box.
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) The economic operators must now choose 'reply' or 'reject' (please give a reason if rejecting).
b) Economic operators can now use the messages functions to communicate with HS2 Ltd and seek clarification.
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 'publish' 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 help-desk which is available Monday to Friday (8:00 to 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 contract 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 the contract. A response to this notice does not guarantee that an economic operator 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 contain provision that 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 notice or by the pre-qualification questionnaire and information pack, 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).
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.
HS2 Ltd embraces diversity and welcomes applications from all suitably skilled suppliers 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 suppliers 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 minimum of 10 (ten) calendar day standstill period at the point information on the award of the contracts 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:
11.3.2015