Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Highways England
9346363
Woodlands, Manton Lane
Bedford
MK41 7LW
UK
Telephone: +44 3001235000
E-mail: ltcprocurement@highwaysengland.co.uk
NUTS: UKH2
Internet address(es)
Main address: https://highwaysengland.co.uk/
Address of the buyer profile: https://highways.bravosolution.co.uk/web/login.shtml
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://highways.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://highways.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://highways.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Lower Thames Crossing (LTC) Tunnels and Approaches
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
Highways England is the government company charged with operating, maintaining and improving England's strategic road networks. The Lower Thames Crossing (LTC) is a proposed new road connecting Kent, Thurrock and Essex through tunnels underneath the River Thames. The programme will relieve the congested Dartford Crossing and approach roads and improve their performance by providing sufficient north-south road capacity. On the south side of the River Thames, the new road will link the tunnel to the A2 and M2 in Kent. On the north side, it will link to the A13 and junction 29 of the M25 in the London Borough of Havering. There are Three Main Works contracts in this programme. This procurement is for the Tunnels and Approaches contract only, which will interface with the other two Main Works contracts.
II.1.5) Estimated total value
Value excluding VAT:
2 300 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31600000
31625100
34928110
34928470
35110000
35111000
35111500
45112500
45221000
45221200
45221240
45221245
45221247
45233000
45233100
45233120
45310000
45350000
51100000
71000000
71200000
71311220
71321000
71322000
71334000
71400000
71420000
71500000
92222000
II.2.3) Place of performance
NUTS code:
UKH
UKH32
UKJ
UKJ4
Main site or place of performance:
Kent, Thurrock, East of Gravesend and Tilbury.
II.2.4) Description of the procurement
The project is to design and construct two highway tunnels beneath the River Thames and will be procured under the competitive dialogue procedure. The contract governing the project will be based on the NEC4 Engineering and Construction Contract (ECC) form of contract. The scope includes the portal structures, approach roads, the tunnel controls systems (MEICA) and a 5-year landscape maintenance and aftercare contract. At circa 16 metres in diameter, these tunnels will be some of the largest bored tunnels in the world. Each tunnel will feature a three-lane carriage way. Each tunnel will be circa 4 km in length, with approximately 1 km of approach roads from each portal connecting into the two neighbouring roads contracts.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 300 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 132
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
https://highwaysengland.co.uk/lower-thames-crossing-home/
https://highwaysengland.citizenspace.com/ltc/consultation-2020/
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Constructionline (https://constructionline.co.uk/) is the UK Government's national pre-qualification register for construction contractors and consultants. Applicants may demonstrate their suitability for a number of aspects in the selection process through providing their registration number for their valid and up to date Constructionline account. Contractors or Incorporated consortiums submitting an application should provide their Constructionline registration number. For unincorporated Consortiums submitting an application each member of the group should provide their individual Constructionline registration number. Constructionline members are requested to ensure their profile is valid and up to date for the purposes of this tendering process. Where applicants do not have a Constructionline account, or a valid and up to date Constructionline account, they will have the opportunity to demonstrate their suitability through other means, in accordance with the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please see procurement documents for details.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 026-056978
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/12/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
06/04/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The contracting authority will use an e-Sourcing portal in this procurement. General information on how to take part in this procurement is detailed below:
1) Register the applicant company on the e-Sourcing portal (this is only required once). Check as the Applicant or someone in your organisation may already be registered.
2) Visit https://highways.bravosolution.co.uk and either log on or click the link to register. If registering for the first time the Applicant will be requested to accept the terms and conditions before proceeding.
3) To express Interest in this PQQ (referred to as a ‘SQ’ by Highways England) Login to the portal — Click the 'PQQs/ITTs Open to All Suppliers' link. (This shows all PQQ or ITT’s open to any registered supplier on this portal). Click on this PQQ/ITT to access the content. Click the 'Express Interest' button at the top of the page. This will move the selected item into the applicants 'My PQQs/My ITT's page. (This is a secure area reserved for The Applicants projects only). The applicant can access all attachments to the selected item by clicking into the 'Buyer Attachments' area.
4) To respond to the tender - Click 'My Response' under 'PQQ/ITT Details’, The applicant can then select either 'Create Response' or 'Decline to Respond' (please enter a reason if declining). Note the deadline for completion, (the closing date) and follow the onscreen instructions to complete your submission.
5) There will be a mixture of online and offline actions for you to perform. Once your submission is fully uploaded and considered complete, submit your reply using the 'Submit Response' button at the top of the page. This stage must be done for the applicants submission to be considered.
6) The applicant may save and exit their submission at any time during preparation up till the closing date. If left for a set period of time the system will time out and any unsaved data will be lost.
7) If you require any further technical assistance in the operation of the e-Sourcing portal, please consult the online help or contact the e-Sourcing help desk (0800 069 8630) available from 8 a.m. till 6 p.m.
This procurement falls within the scope of HM Revenue and Customs' Construction Industry Scheme.
The end date stated at II.2.7) of this notice takes into account a five year landscape maintenance and aftercare contract from the handover.
The value of GBP 2 300 000 000 is an estimated value of the total cost including contingency. The estimated value for the contract will be provided as part of the ITPD.
It is mandatory for new Central Government contracts, which feature characteristics involving the handling of personal data and ICT systems designed to store or process data at the official level of the Government Security Classifications scheme (link below), to comply with Cyber Essentials. https://www.gov.uk/government/publications/government-security-classifications. All potential tenderers for Central Government contracts, featuring the above characteristics, should be aware of the requirements for the appropriate level of certification. Further information: https://www.gov.uk/government/publications/cyber-essentials-scheme-overview
The selected tenderer will be required to accept the Highways England Fair Payment Charter as a condition of acceptance of their tender. Highways England intends to work with the winning bidder to explore opportunities for further efficiencies and improvements; discussions will take place during the mobilisation period. Highways England reserve the right to invite or not invite variant bids at their sole discretion. Further information will be set out in the Tender Documents.
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice — England
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Highways England will incorporate a minimum 10-day standstill period at the point information on award of the contract is communicated to tenderers. Appeals should be lodged in accordance with the Public Contracts Regulations 2015 (SI 2015 No 102) as amended.
VI.4.4) Service from which information about the review procedure may be obtained
Highways England
Woodlands, Manton Lane
Bedford
MK41 7LW
UK
E-mail: ltcprocurement@highwaysengland.co.uk
Internet address(es)
URL: https://highways.bravosolution.co.uk/web/login.shtml
VI.5) Date of dispatch of this notice
11/11/2020