Award

ABANDONED - Green Assets Maintenance & Management Procurement

HS2

This public procurement record has 2 releases in its history.

Award

22 Dec 2025 at 15:21

Tender

09 Jan 2024 at 15:36

Summary of the contracting process

High Speed Two (HS2) Limited issued a tender for the Maintenance and Management of Green Assets, as part of its legal obligations under the High Speed Rail (London – West Midlands) Act 2017. The procurement process is currently in the active stage and focuses on services related to agricultural, forestry, horticultural, aquacultural, and apicultural sectors. The contract will potentially cover maintenance tasks such as managing woodlands, grasslands, hedgerows, and various habitats within the HS2 project's Green Corridor across the UK. The tender has a submission deadline of 27th February 2024 and includes a detailed selective procurement process with a negotiated procedure and prior competition call. Contractors can expect a contract with an initial duration of 5 years, potentially extendable to 10 years.

This tender presents substantial opportunities for businesses specialising in environmental management, landscaping, and related services. With the project's large scale, it provides a considerable financial incentive, with an estimated total value of £209,408,000 GBP divided over several lots. Enterprises with expertise in ecological conservation and sustainable land management are particularly well-suited to compete for this contract. The potential for extended contract terms offers strategic business growth and stability, making it an excellent opportunity for companies seeking to establish or extend their presence in large-scale infrastructure projects. Interested parties must adhere to rigorous selection criteria, underscoring the need for a robust demonstration of technical and professional abilities in their submissions.

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 - Green Assets Maintenance & Management Procurement

Notice Description

As part of the High Speed Rail (London - West Midlands) Act 2017 (HS2 Act), HS2 Ltd has a legal requirement to mitigate its environmental effects. In addition, HS2 Ltd has a requirement through agreements with the Department for Transport to provide environmental benefits. These requirements and provision of benefits include the provision of green assets. HS2 Ltd has acquired much of its land temporarily to construct the railway. Some of this land has been or will be developed into environmental mitigation sites (Green Assets), which range from sites compensating for the loss of grassland, scrub and woodland habitats to new receptor sites for ancient woodland soils, amphibians and reptiles as well as other ecological and landscape mitigation sites. Collectively, this is referred to as our Green Corridor, which, once delivered, will span 3,500ha. Previously HS2 Ltd was intending to appoint Contractor(s) to undertake the Maintenance and Management of green assets which included, but was not limited to the following: * Woodlands; * Grasslands; * Hedgerows; * Ponds, ditches and other non-engineering related drainage features; and * Habitat, including bat houses, reptile banks and hibernacula. HS2 is currently undergoing a programme review to reset the HS2 project (the "Reset"). A decision has been made to abandon the Green Assets Maintenance & Management (GAM&M) procurement due to the revised timings of the programme.

Lot Information

Maintenance and Management of Phase 1 Area North

The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments. HS2 Ltd anticipates making two (2) contract awards for Lot 1 that are broadly equitable in value. However, HS2 Ltd reserves the right, at its sole discretion, to take account of other considerations (for example, but not exclusively, capacity and programme constraints, technical fit, performance standards, and price to ensure best value for money) when allocating the volume of Services and HS2 Ltd may allocate the volume of Services based on any such relevant considerations. HS2 Ltd does not guarantee a minimum volume or value of Services under any Contract. For Lot 1, it is envisaged that the two contract awards will have an aggregated value of between 55 314 000 GBP and 78 264 000 GBP. The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised). Additional information: Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.

Options: The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension.

Maintenance and Management of Phase 1 Area Central / South

The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments. HS2 Ltd anticipates making three (3) contract awards for Lot 2 that are broadly equitable in value. However, HS2 Ltd reserves the right, at its sole discretion, to take account of other considerations (for example, but not exclusively, capacity and programme constraints, technical fit, performance standards, and price to ensure best value for money) when allocating the volume of Services and HS2 Ltd may allocate the volume of Services based on any such relevant considerations. HS2 Ltd does not guarantee a minimum volume or value of Services under any Contract. For Lot 2, it is envisaged that the three contract awards will have an aggregated value of between 82 970 000 GBP and 117 396 000 GBP. The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised). Additional information: Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.

Options: The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension.

Maintenance and Management of Phase 1 land within the security fence and any operationally sensitive slopes or cuttings.

The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments. HS2 Ltd anticipates making one (1) contract award for Lot 3. For Lot 3, it is envisaged that the one contract award will have an aggregated value of between 9 716 000 GBP and 13 748 000 GBP. The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised). Additional information: Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.

Options: The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension.

Abandoned - Maintenance and Management of Phase 1 Area North

The procurement was for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award would have been for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.

Abandoned - Maintenance and Management of Phase 1 Area Central / South

The procurement was for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award would have been for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.

Abandoned - Maintenance and Management of Phase 1 land within the security fence and any operationally sensitive slopes or cuttings.

The procurement was for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award would have been for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-042bbf
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/085493-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

70 - Real estate services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45112700 - Landscaping work

70332100 - Land management services

77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

77300000 - Horticultural services

90700000 - Environmental services

90710000 - Environmental management

90714000 - Environmental auditing

90720000 - Environmental protection

90914000 - Car park cleaning services

Notice Value(s)

Tender Value
£209,408,000 £100M-£1B
Lots Value
£209,408,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Dec 20252 months ago
Submission Deadline
27 Feb 2024Expired
Future Notice Date
Not specified
Award Date
22 Dec 20252 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HS2
Additional Buyers

HIGH SPEED TWO (HS2) LIMITED

Contact Name
HS2 Ltd Supply Chain Team
Contact Email
scc@hs2.org.uk
Contact Phone
+44 2079443000

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-042bbf-2025-12-22T15:21:09Z",
    "date": "2025-12-22T15:21:09Z",
    "ocid": "ocds-h6vhtk-042bbf",
    "description": "HS2 is currently undergoing a programme review to reset the HS2 project (the \"Reset\"). A decision has been made to abandon the GAM&M procurement due to the revised timings of the programme.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-042bbf",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "ABANDONED - Green Assets Maintenance & Management Procurement",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "77000000",
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
        },
        "mainProcurementCategory": "services",
        "description": "As part of the High Speed Rail (London - West Midlands) Act 2017 (HS2 Act), HS2 Ltd has a legal requirement to mitigate its environmental effects. In addition, HS2 Ltd has a requirement through agreements with the Department for Transport to provide environmental benefits. These requirements and provision of benefits include the provision of green assets. HS2 Ltd has acquired much of its land temporarily to construct the railway. Some of this land has been or will be developed into environmental mitigation sites (Green Assets), which range from sites compensating for the loss of grassland, scrub and woodland habitats to new receptor sites for ancient woodland soils, amphibians and reptiles as well as other ecological and landscape mitigation sites. Collectively, this is referred to as our Green Corridor, which, once delivered, will span 3,500ha. Previously HS2 Ltd was intending to appoint Contractor(s) to undertake the Maintenance and Management of green assets which included, but was not limited to the following: * Woodlands; * Grasslands; * Hedgerows; * Ponds, ditches and other non-engineering related drainage features; and * Habitat, including bat houses, reptile banks and hibernacula. HS2 is currently undergoing a programme review to reset the HS2 project (the \"Reset\"). A decision has been made to abandon the Green Assets Maintenance & Management (GAM&M) procurement due to the revised timings of the programme.",
        "value": {
            "amount": 209408000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2,
            "awardCriteriaDetails": "Applicants are invited to express an interest in providing the Services for any or all of the three Lots, however, any shortlisted Applicants subsequently tendering for both Lots 1 and 2, will be restricted to receiving a maximum of one service allocation within one geographical Lot. No restrictions would stop the same Tenderer winning Lot 3, plus one of the service allocations in Lots 1 or 2."
        },
        "lots": [
            {
                "id": "1",
                "title": "Maintenance and Management of Phase 1 Area North",
                "description": "The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments. HS2 Ltd anticipates making two (2) contract awards for Lot 1 that are broadly equitable in value. However, HS2 Ltd reserves the right, at its sole discretion, to take account of other considerations (for example, but not exclusively, capacity and programme constraints, technical fit, performance standards, and price to ensure best value for money) when allocating the volume of Services and HS2 Ltd may allocate the volume of Services based on any such relevant considerations. HS2 Ltd does not guarantee a minimum volume or value of Services under any Contract. For Lot 1, it is envisaged that the two contract awards will have an aggregated value of between 55 314 000 GBP and 78 264 000 GBP. The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised). Additional information: Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.",
                "value": {
                    "amount": 78264000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "As set out in the procurement documents"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension."
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Maintenance and Management of Phase 1 Area Central / South",
                "description": "The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments. HS2 Ltd anticipates making three (3) contract awards for Lot 2 that are broadly equitable in value. However, HS2 Ltd reserves the right, at its sole discretion, to take account of other considerations (for example, but not exclusively, capacity and programme constraints, technical fit, performance standards, and price to ensure best value for money) when allocating the volume of Services and HS2 Ltd may allocate the volume of Services based on any such relevant considerations. HS2 Ltd does not guarantee a minimum volume or value of Services under any Contract. For Lot 2, it is envisaged that the three contract awards will have an aggregated value of between 82 970 000 GBP and 117 396 000 GBP. The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised). Additional information: Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.",
                "value": {
                    "amount": 117396000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 7
                },
                "selectionCriteria": {
                    "description": "As set out in the procurement documents"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension."
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Maintenance and Management of Phase 1 land within the security fence and any operationally sensitive slopes or cuttings.",
                "description": "The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract award will be for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments. HS2 Ltd anticipates making one (1) contract award for Lot 3. For Lot 3, it is envisaged that the one contract award will have an aggregated value of between 9 716 000 GBP and 13 748 000 GBP. The final value being dependent upon levels of asset transfers and therefore the volume of Maintenance and Management of residual Green Assets. (This range is for the maximum contract term of 10 years - if all extension options are exercised). Additional information: Applicants are referred to the PQP and accompanying procurement documents and to VI.3) Additional information in this Contract Notice below.",
                "value": {
                    "amount": 13748000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd's sole discretion, for up to a further 60 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension."
                },
                "status": "active"
            },
            {
                "id": "Lot 1",
                "title": "Abandoned - Maintenance and Management of Phase 1 Area North",
                "description": "The procurement was for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award would have been for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.",
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "Lot 2",
                "title": "Abandoned - Maintenance and Management of Phase 1 Area Central / South",
                "description": "The procurement was for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award would have been for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.",
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "Lot 3",
                "title": "Abandoned - Maintenance and Management of Phase 1 land within the security fence and any operationally sensitive slopes or cuttings.",
                "description": "The procurement was for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract. The contract Award would have been for an initial period of 5 years with the option to extend, at HS2 Ltd's sole discretion, for up to a further 5 years via single or multiple fixed term increments.",
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70332100",
                        "description": "Land management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90710000",
                        "description": "Environmental management"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90714000",
                        "description": "Environmental auditing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90720000",
                        "description": "Environmental protection"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70332100",
                        "description": "Land management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90710000",
                        "description": "Environmental management"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90714000",
                        "description": "Environmental auditing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90720000",
                        "description": "Environmental protection"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70332100",
                        "description": "Land management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90710000",
                        "description": "Environmental management"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90714000",
                        "description": "Environmental auditing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90720000",
                        "description": "Environmental protection"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "Lot 1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70332100",
                        "description": "Land management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90710000",
                        "description": "Environmental management"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90720000",
                        "description": "Environmental protection"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90914000",
                        "description": "Car park cleaning services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 1"
            },
            {
                "id": "Lot 2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70332100",
                        "description": "Land management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90710000",
                        "description": "Environmental management"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90714000",
                        "description": "Environmental auditing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90720000",
                        "description": "Environmental protection"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 2"
            },
            {
                "id": "Lot 3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70332100",
                        "description": "Land management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90710000",
                        "description": "Environmental management"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90714000",
                        "description": "Environmental auditing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90720000",
                        "description": "Environmental protection"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "Lot 3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://hs2.bravosolution.co.uk/web/index.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Applicants are referred to the PQP and PQQ for information about conditions for participation",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Applicants are referred to the PQP and PQQ for information about HS2 Ltd's requirements and minimum standards in relation to economic and financial standing. Selection criteria as stated in the procurement documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Applicants are referred to the PQP and PQQ for information about HS2 Ltd's requirements and minimum standards in relation to technical and professional ability. Selection criteria as stated in the procurement documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "reductionCriteria": "Applicants are referred to the PQP and PQQ for information about HS2 Ltd's objectives rules and participation."
        },
        "submissionTerms": {
            "depositsGuarantees": "HS2 Ltd reserves the right to require guarantees, bonds, collateral warranties (including the grant of step-in rights to Subcontracts) and other forms of security as appropriate to be specified in the procurement documents to be made available at ITT stage. Applicants are referred to the PQP for relevant information available at this Contract Notice and PQQ stage.",
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "financialTerms": "Further details will be provided in the ITT. Applicants are referred to the PQP and accompanying procurement documents for relevant information available at this Contract Notice and PQQ stage.",
            "tendererLegalForm": "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 PQQ stage. HS2 Ltd will consider contracting with a consortium, providing always that the participants in any consortium are jointly and severally liable for all of the obligations of the Contractor under the Contract.",
            "performanceTerms": "As set out in the procurement documents",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-02-27T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2024-09-03T00:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "Precise information on deadline(s) for review procedures: HS2 Ltd will incorporate a minimum of 10 (ten) calendar day standstill period at the point information on the award of the contract and the reasons for the decision will be 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": "HS2 Ltd Supply Chain Team",
                "email": "scc@hs2.org.uk",
                "url": "https://hs2.bravosolution.co.uk/web/index.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.hs2.org.uk",
                "classifications": [
                    {
                        "id": "RAILWAY_SERVICES",
                        "scheme": "TED_CE_ACTIVITY",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-102022",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Postal address: Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "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": {
                "telephone": "+44 2079443000",
                "email": "scc@hs2.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.hs2.org.uk",
                "buyerProfile": "http://www.hs2.org.uk",
                "classifications": [
                    {
                        "id": "RAILWAY_SERVICES",
                        "scheme": "TED_CE_ACTIVITY",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-169910",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "High Court, Royal Courts of Justice",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6976",
        "name": "HS2"
    },
    "language": "en",
    "awards": [
        {
            "id": "085493-2025-2750-1",
            "title": "Green Assets Maintenance & Management Lot 1,2 & 3",
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}