Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}