Award

Lower Thames Crossing - Integration Partner

HIGHWAYS ENGLAND

This public procurement record has 1 release in its history.

Award

26 Mar 2021 at 22:56

Summary of the contracting process

The procurement process for the "Lower Thames Crossing - Integration Partner" was initiated by Highways England, the governmental authority responsible for maintaining and improving major roads in England. This tender falls under the services category, specifically consultative engineering and construction services, related to a transformative highways project linking Kent, Thurrock, and Essex. The contract, with an estimated value of £162.5 million, is based on an open procurement method and was signed on 15 March 2021. The project aims to enhance traffic flow and connectivity through a new dual carriageway and a tunnel beneath the River Thames, catering to high-demand transport infrastructure. The procurement is now complete following a minimum 10-day standstill period, and the contract was awarded to Jacobs U.K. Limited.

This tender represents a significant opportunity for businesses involved in engineering, project management, and construction services, particularly those with experience in large-scale infrastructure projects. Companies that can offer expertise in contract management, stakeholder communication, health and safety, and environmental sustainability would be well-positioned to compete for future opportunities. The core activities outlined require a strong integration role and a multifaceted approach to manage various project phases effectively, thus creating pathways for substantial business growth in the sector.

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

Lower Thames Crossing - Integration Partner

Notice Description

Highways England is the government company charged with operating, maintaining and improving England's motorways and major A roads. We are delivering the Lower Thames Crossing (LTC), a new high-quality dual carriageway connecting Kent, Thurrock and Essex through a tunnel beneath the River Thames. This is the most ambitious roads project in the UK for more than a generation. The project will be transformational for the UK economy, while offering new connections, better journeys and fewer delays.

Lot Information

Lot 1

The Lower Thames Crossing project involves three main works packages, and therefore comprises a set of contract interfaces materially higher than other Highways England projects. We require a significant integration role to successfully deliver the project and to manage a complex supply chain. Highways England has procured an Integration Partner to support us in managing contract interfaces. The Integration Partner will provide a broad range of project and programme management services to support our project and contract leadership teams, establishing and running the day to day management processes. As a member of an Integrated Client Team the Integration Partner will provide high quality data analysis and experience-based decision making. There will be a core eight-year period during which work can be instructed, with a subsequent optional extension period of 1 year +1 year instructed during the core period, which may include providing support to Highways England operations directorate during initial operation of the Lower Thames Crossing. The Cost Estimate of PS162.5M is the expected value of the contract and includes the following: 1. Systems and Processes, Phase Specific Services, Core Services, and Mobilisation Phase 2. Optional services which may be instructed by Highways England during the Contract. 3. Optional contract extension (1+1) which Highways England may instruct to support the initial operation of Lower Thames Crossing 4. Inflation Provision on 1-3 above. The Contract is based on an amended NEC4 Professional Services Contract (January 2019), and the services under the contract will be instructed in six phases, a mobilisation phase and five delivery phases. During the mobilisation phase, project information systems will be provided by the consultant, and service plans developed and approved for the five delivery phases. The main Integration Partner activities include those categorised below: Systems and processes: These are the systems and processes that will underpin the project delivery and are made up of Highways England mandated systems and Integration Partner specific systems which when combined and configured will create a Project Information System along with hardware and network connectivity requirements. Core Services: These are services that will be required for the length of the contract term and will apply to all five delivery phases. Examples of these include: * health, safety, security and wellbeing * communications and stakeholder management * project management office including integrated project controls * legacy and benefits management * people and organisational management * quality management Phase Specific Services: These are services that will be subject to change through each of the five delivery phases, such as: * design management and assurance, * project integrator, * consents management and discharge, * land management, * environmental and sustainability management, * early works coordination, * utilities management and third-party agreements support, * contract management, * construction delivery, * risk and opportunity management, * testing and commissioning and * handover into operation and asset management Optional Services comprise of: * leadership secondments * occupational health facilities * Ebbsfleet office fit out * staff relocation * Ebbsfleet office facilities management * site vehicles

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a003
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006289-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

63 - Supporting and auxiliary transport services; travel agencies services

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

63712300 - Bridge and tunnel operation services

71000000 - Architectural, construction, engineering and inspection services

71200000 - Architectural and related services

71242000 - Project and design preparation, estimation of costs

71244000 - Calculation of costs, monitoring of costs

71245000 - Approval plans, working drawings and specifications

71310000 - Consultative engineering and construction services

71311000 - Civil engineering consultancy services

71311200 - Transport systems consultancy services

71311210 - Highways consultancy services

71313100 - Noise-control consultancy services

71313410 - Risk or hazard assessment for construction

71313420 - Environmental standards for construction

71313450 - Environmental monitoring for construction

71317000 - Hazard protection and control consultancy services

71317100 - Fire and explosion protection and control consultancy services

71317210 - Health and safety consultancy services

71318000 - Advisory and consultative engineering services

71320000 - Engineering design services

71332000 - Geotechnical engineering services

71334000 - Mechanical and electrical engineering services

71351810 - Topographical services

71351914 - Archaeological services

71355000 - Surveying services

71510000 - Site-investigation services

71540000 - Construction management services

71541000 - Construction project management services

71700000 - Monitoring and control services

72000000 - IT services: consulting, software development, Internet and support

79422000 - Arbitration and conciliation services

79933000 - Design support services

90715000 - Pollution investigation services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£162,500,000 £100M-£1B

Notice Dates

Publication Date
26 Mar 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
15 Mar 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
HIGHWAYS ENGLAND
Contact Name
Not specified
Contact Email
ltcintegrationpartner@highwaysengland.co.uk
Contact Phone
Not specified

Buyer Location

Locality
BEDFORD
Postcode
MK41 7LW
Post Town
Milton Keynes
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH2 Bedfordshire and Hertfordshire
Small Region (ITL 3)
TLH24 Bedford
Delivery Location
TLH East (England), TLH32 Thurrock, TLI London, TLJ South East (England), TLJ4 Kent

Local Authority
Bedford
Electoral Ward
Harpur
Westminster Constituency
Bedford

Supplier Information

Number of Suppliers
1
Supplier Name

JACOBS

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-02a003-2021-03-26T22:56:02Z",
    "date": "2021-03-26T22:56:02Z",
    "ocid": "ocds-h6vhtk-02a003",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02a003",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Lower Thames Crossing - Integration Partner",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71310000",
            "description": "Consultative engineering and construction services"
        },
        "mainProcurementCategory": "services",
        "description": "Highways England is the government company charged with operating, maintaining and improving England's motorways and major A roads. We are delivering the Lower Thames Crossing (LTC), a new high-quality dual carriageway connecting Kent, Thurrock and Essex through a tunnel beneath the River Thames. This is the most ambitious roads project in the UK for more than a generation. The project will be transformational for the UK economy, while offering new connections, better journeys and fewer delays.",
        "lots": [
            {
                "id": "1",
                "description": "The Lower Thames Crossing project involves three main works packages, and therefore comprises a set of contract interfaces materially higher than other Highways England projects. We require a significant integration role to successfully deliver the project and to manage a complex supply chain. Highways England has procured an Integration Partner to support us in managing contract interfaces. The Integration Partner will provide a broad range of project and programme management services to support our project and contract leadership teams, establishing and running the day to day management processes. As a member of an Integrated Client Team the Integration Partner will provide high quality data analysis and experience-based decision making. There will be a core eight-year period during which work can be instructed, with a subsequent optional extension period of 1 year +1 year instructed during the core period, which may include providing support to Highways England operations directorate during initial operation of the Lower Thames Crossing. The Cost Estimate of PS162.5M is the expected value of the contract and includes the following: 1. Systems and Processes, Phase Specific Services, Core Services, and Mobilisation Phase 2. Optional services which may be instructed by Highways England during the Contract. 3. Optional contract extension (1+1) which Highways England may instruct to support the initial operation of Lower Thames Crossing 4. Inflation Provision on 1-3 above. The Contract is based on an amended NEC4 Professional Services Contract (January 2019), and the services under the contract will be instructed in six phases, a mobilisation phase and five delivery phases. During the mobilisation phase, project information systems will be provided by the consultant, and service plans developed and approved for the five delivery phases. The main Integration Partner activities include those categorised below: Systems and processes: These are the systems and processes that will underpin the project delivery and are made up of Highways England mandated systems and Integration Partner specific systems which when combined and configured will create a Project Information System along with hardware and network connectivity requirements. Core Services: These are services that will be required for the length of the contract term and will apply to all five delivery phases. Examples of these include: * health, safety, security and wellbeing * communications and stakeholder management * project management office including integrated project controls * legacy and benefits management * people and organisational management * quality management Phase Specific Services: These are services that will be subject to change through each of the five delivery phases, such as: * design management and assurance, * project integrator, * consents management and discharge, * land management, * environmental and sustainability management, * early works coordination, * utilities management and third-party agreements support, * contract management, * construction delivery, * risk and opportunity management, * testing and commissioning and * handover into operation and asset management Optional Services comprise of: * leadership secondments * occupational health facilities * Ebbsfleet office fit out * staff relocation * Ebbsfleet office facilities management * site vehicles",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712300",
                        "description": "Bridge and tunnel operation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71244000",
                        "description": "Calculation of costs, monitoring of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71245000",
                        "description": "Approval plans, working drawings and specifications"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311210",
                        "description": "Highways consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313100",
                        "description": "Noise-control consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313410",
                        "description": "Risk or hazard assessment for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313420",
                        "description": "Environmental standards for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313450",
                        "description": "Environmental monitoring for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71317000",
                        "description": "Hazard protection and control consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71317100",
                        "description": "Fire and explosion protection and control consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71317210",
                        "description": "Health and safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71318000",
                        "description": "Advisory and consultative engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71332000",
                        "description": "Geotechnical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71334000",
                        "description": "Mechanical and electrical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351810",
                        "description": "Topographical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351914",
                        "description": "Archaeological services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71355000",
                        "description": "Surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79422000",
                        "description": "Arbitration and conciliation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79933000",
                        "description": "Design support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90715000",
                        "description": "Pollution investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH"
                    },
                    {
                        "region": "UKH32"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKJ4"
                    }
                ],
                "deliveryLocation": {
                    "description": "Kent, East of Gravesend, Thurrock and Tilbury"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "reviewDetails": "Highways England has completed a minimum 10-day standstill period and information on award of the contract was communicated to tenderers."
    },
    "awards": [
        {
            "id": "006289-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-10382",
                    "name": "Jacobs U.K. Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-10381",
            "name": "Highways England",
            "identifier": {
                "legalName": "Highways England",
                "id": "9346363"
            },
            "address": {
                "streetAddress": "Woodlands, Manton Lane",
                "locality": "Bedford",
                "region": "UKH2",
                "postalCode": "MK41 7LW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "LTCIntegrationPartner@highwaysengland.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://highwaysengland.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "04",
                        "description": "Economic affairs"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-10382",
            "name": "Jacobs U.K. Limited",
            "identifier": {
                "legalName": "Jacobs U.K. Limited"
            },
            "address": {
                "streetAddress": "1180 Eskdale Road, Winnersh, Wokingham,",
                "locality": "Berkshire",
                "region": "UKJ11",
                "postalCode": "RG41 5TU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-10383",
            "name": "High Court of Justice - England",
            "identifier": {
                "legalName": "High Court of Justice - England"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-10381",
        "name": "Highways England"
    },
    "contracts": [
        {
            "id": "006289-2021-1",
            "awardID": "006289-2021-1",
            "status": "active",
            "value": {
                "amount": 162500000,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:325156-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}