Award

ABANDONED - Land Referencing Common Platform

HS2

This public procurement record has 3 releases in its history.

Award

07 Jun 2024 at 12:47

Tender

06 Apr 2023 at 11:19

Planning

23 Dec 2022 at 13:50

Summary of the contracting process

High Speed Two (HS2) Ltd had planned to procure a central spatially-enabled Land Referencing Common Platform, aimed at ensuring consistency and integrity of land referencing data and services for the HS2 multi-phase programme. The procurement process, with an estimated value of £4,700,000, was set to last for 4 years, 6 months, with the option to extend for a further 4 years. The tender was in the planning stage with a future notice date of February 15, 2023, seeking Expressions of Interest from the market by January 23, 2023, at 17:00 (BST).

This planned procurement by HS2 Ltd could offer opportunities for businesses skilled in software package and information systems delivery targeting the railway services sector. The central platform would cater to up to 6 land referencing suppliers, providing a managed solution for software implementation, training, technical support, and maintenance. Businesses capable of integrating spatially enabled data and document management solutions consistent with HS2 specifications would be well-suited to compete in this tender process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

ABANDONED - Land Referencing Common Platform

Notice Description

As detailed in Contract Notice 2023/S 000-010140, HS2 Ltd was intending to award a contract for the provision of a Land Referencing Common Platform (a central, spatially-enabled Land Referencing Common Platform intended to enable consistency and integrity of land referencing data/ services delivered by multiple land referencing service suppliers to HS2 Ltd). The expected contract duration was four (4) years and six (6) months with the option to extend for a further period of four (4) years via single or multiple fixed terms. However, as a result of the Government's decision to cancel Phase 2 of HS2, the Land Referencing Common Platform procurement has been abandoned for the reasons outlined below: * there is an anticipated reduction in use of the platform, specifically due to cancellation of Phase 2 of the HS2 Project; * there is an anticipated reduction in users of any such platform, due to cancellation of Phase 2 of the HS2 Project; and, * due to the reduction in use, and the anticipated costs of such solution, utilisation of a common platform is no longer deemed by HS2 Ltd to constitute value for money. Full details of the service requirements prior to abandonment of the procurement can be found in the procurement documentation within the linked Contract Notice.

Lot Information

Lot 1

As detailed in Contract Notice 2023/S 000-010140, HS2 Ltd was intending to award a contract for the provision of a Land Referencing Common Platform (a central, spatially-enabled Land Referencing Common Platform intended to enable consistency and integrity of land referencing data/ services delivered by multiple land referencing service suppliers to HS2 Ltd). The expected contract duration was four (4) years and six (6) months with the option to extend for a further period of four (4) years via single or multiple fixed terms. However, as a result of the Government's decision to cancel Phase 2 of HS2, the Land Referencing Common Platform procurement has been abandoned for the reasons outlined below: * there is an anticipated reduction in use of the platform, specifically due to cancellation of Phase 2 of the HS2 Project; * there is an anticipated reduction in users of any such platform, due to cancellation of Phase 2 of the HS2 Project; and, * due to the reduction in use, and the anticipated costs of such solution, utilisation of a common platform is no longer deemed by HS2 Ltd to constitute value for money. Full details of the service requirements prior to abandonment of the procurement can be found in the procurement documentation within the linked Contract Notice.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-039430
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017729-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48000000 - Software package and information systems

Notice Value(s)

Tender Value
£4,700,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Jun 20241 years ago
Submission Deadline
26 May 2023Expired
Future Notice Date
15 Feb 2023Expired
Award Date
7 Jun 20241 years ago
Contract Period
1 Oct 2023 - 31 Mar 2028 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HS2
Additional Buyers

HIGH SPEED TWO (HS2) LIMITED

Contact Name
Shannon Connell
Contact Email
emily.grey@hs2.org.uk, shannon.connell@hs2.org.uk
Contact Phone
Not specified

Buyer Location

Locality
BIRMINGHAM
Postcode
B4 6GA
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
Not specified

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-039430-2024-06-07T13:47:11+01:00",
    "date": "2024-06-07T13:47:11+01:00",
    "ocid": "ocds-h6vhtk-039430",
    "description": "1) To express interest Tenderers must complete the Invitation to Tender (ITT) on the HS2 e-Sourcing portal strictly in accordance with the submission deadline stated in the ITT. Please note that the ITT submission deadline is a precise time and Tenderers should allow sufficient time to upload their completed ITTs; 2) HS2 Ltd will accept expressions of interest and tenders from a number of bidding models, including single entities or consortia. A Tenderer may only submit one ITT for the opportunity.HS2 Ltd will not accept multiple ITTs 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 tenderer or as party to a consortium); 3) All Tenderers 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; 4) For further assistance on use of HS2 Ltd's e-Sourcing portal Tenderers should contact the portal's helpdesk which is available Monday to Friday (08:00-18:00) GMT via: -- email: help_uk@jaggaer.com or -- telephone: +44 800 069 8630; 5) A response to this Contract Notice does not guarantee that a Tenderer 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 Contract agreement 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 Tenderers on terms set out in the ITT; 6) 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 ITT and with submitting any tender, howsoever incurred; 7) HS2 Ltd embraces diversity and welcomes ITTs 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; 8) There is no guarantee, express or implied, that appointed supplier(s) will receive any, or a particular volume or value of work. 9) The initial duration of the Contracts is for 4 years, 6 months and there is an option to extend the Contracts by a further 4 years (in single or multiple fixed terms), at HS2 Ltd's sole discretion. The estimated values quoted in this Contract Notice are estimates and could be subject to change depending on HS2's requirements.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-039430",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "ABANDONED - Land Referencing Common Platform",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "mainProcurementCategory": "goods",
        "description": "As detailed in Contract Notice 2023/S 000-010140, HS2 Ltd was intending to award a contract for the provision of a Land Referencing Common Platform (a central, spatially-enabled Land Referencing Common Platform intended to enable consistency and integrity of land referencing data/ services delivered by multiple land referencing service suppliers to HS2 Ltd). The expected contract duration was four (4) years and six (6) months with the option to extend for a further period of four (4) years via single or multiple fixed terms. However, as a result of the Government's decision to cancel Phase 2 of HS2, the Land Referencing Common Platform procurement has been abandoned for the reasons outlined below: * there is an anticipated reduction in use of the platform, specifically due to cancellation of Phase 2 of the HS2 Project; * there is an anticipated reduction in users of any such platform, due to cancellation of Phase 2 of the HS2 Project; and, * due to the reduction in use, and the anticipated costs of such solution, utilisation of a common platform is no longer deemed by HS2 Ltd to constitute value for money. Full details of the service requirements prior to abandonment of the procurement can be found in the procurement documentation within the linked Contract Notice.",
        "value": {
            "amount": 4700000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "As detailed in Contract Notice 2023/S 000-010140, HS2 Ltd was intending to award a contract for the provision of a Land Referencing Common Platform (a central, spatially-enabled Land Referencing Common Platform intended to enable consistency and integrity of land referencing data/ services delivered by multiple land referencing service suppliers to HS2 Ltd). The expected contract duration was four (4) years and six (6) months with the option to extend for a further period of four (4) years via single or multiple fixed terms. However, as a result of the Government's decision to cancel Phase 2 of HS2, the Land Referencing Common Platform procurement has been abandoned for the reasons outlined below: * there is an anticipated reduction in use of the platform, specifically due to cancellation of Phase 2 of the HS2 Project; * there is an anticipated reduction in users of any such platform, due to cancellation of Phase 2 of the HS2 Project; and, * due to the reduction in use, and the anticipated costs of such solution, utilisation of a common platform is no longer deemed by HS2 Ltd to constitute value for money. Full details of the service requirements prior to abandonment of the procurement can be found in the procurement documentation within the linked Contract Notice.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "ITT Technical Criteria",
                            "type": "quality",
                            "description": "70%"
                        },
                        {
                            "name": "ITT Commercial Criteria",
                            "type": "quality",
                            "description": "30%"
                        },
                        {
                            "type": "price",
                            "description": "30%"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2023-10-02T00:00:00+01:00",
                    "endDate": "2028-03-31T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-02-15T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://hs2.bravosolution.co.uk/web/index.html",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As set out in the ITT documentation"
        },
        "submissionTerms": {
            "depositsGuarantees": "As set out in the ITT documentation",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "contractTerms": {
            "financialTerms": "As set out in the ITT documentation",
            "tendererLegalForm": "As set out in the ITT documentation",
            "performanceTerms": "As set out in the ITT documentation",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2023-05-26T16:00:00+01:00"
        },
        "awardPeriod": {
            "startDate": "2023-05-30T09:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-05-30T09:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-40714",
            "name": "High Speed Two (HS2) Limited",
            "identifier": {
                "legalName": "High Speed Two (HS2) Limited"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Shannon Connell",
                "email": "shannon.connell@hs2.org.uk",
                "url": "https://hs2.bravosolution.co.uk/web/index.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.hs2.org.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-935",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 20794760000"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-6976",
            "name": "HS2",
            "identifier": {
                "legalName": "HS2"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "emily.grey@hs2.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.hs2.org.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-46628",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC2A2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6976",
        "name": "HS2"
    },
    "language": "en",
    "awards": [
        {
            "id": "017729-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}