Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Lower Thames Crossing (LTC) Tunnels and Approaches

  • First published: 16 November 2020
  • Last modified: 16 November 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Highways England
Authority ID:
AA38103
Publication date:
16 November 2020
Deadline date:
23 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
92222000 Closed circuit television services Television services
45000000 Construction work Construction and Real Estate
45221000 Construction work for bridges and tunnels, shafts and subways Engineering works and construction works
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45221240 Construction work for tunnels Construction work for bridges and tunnels, shafts and subways
45221200 Construction work for tunnels, shafts and subways Construction work for bridges and tunnels, shafts and subways
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
71500000 Construction-related services Architectural, construction, engineering and inspection services
45112500 Earthmoving work Excavating and earthmoving work
31600000 Electrical equipment and apparatus Electrical machinery, apparatus, equipment and consumables; lighting
45310000 Electrical installation work Building installation work
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
35111500 Fire suppression system Firefighting equipment
31625100 Fire-detection systems Burglar and fire alarms
35111000 Firefighting equipment Firefighting, rescue and safety equipment
35110000 Firefighting, rescue and safety equipment Emergency and security equipment
71311220 Highways engineering services Civil engineering consultancy services
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
71420000 Landscape architectural services Urban planning and landscape architectural services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
45350000 Mechanical installations Building installation work
34928110 Road barriers Road furniture
45233120 Road construction works Construction, foundation and surface works for highways, roads
34928470 Signage Road furniture
45221247 Tunnelling works Construction work for bridges and tunnels, shafts and subways
45221245 Under-river tunnel construction work Construction work for bridges and tunnels, shafts and subways
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ltcprocurement@highwaysengland.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.