Award

Early Works for the Lower Thames Crossing - North Portal and Tunnelling Spoil Disposal

HIGHWAYS ENGLAND

This public procurement record has 1 release in its history.

Award

04 Aug 2021 at 21:45

Summary of the contracting process

The procurement process involves Highways England seeking to complete early works for the Lower Thames Crossing, specifically focused on the North Portal and tunnelling spoil disposal. This project falls under the works category and is classified as tunnelling works (CPV code: 45221247). The procurement method employed is a limited one, allowing for a direct award without prior publication of a call for competition. The contract, awarded to Ingrebourne Valley Limited with an initial value of £572,000, encompasses site preparation and spoil disposal services necessary before the Development Consent Order (DCO) is granted. The contract was signed on 14 July 2021, and the location for this project is Thurrock, Essex, UK.

This tender presents significant opportunities for businesses specialising in earthmoving work, waste disposal, and landfill management services. Companies with capabilities in managing large-scale tunnelling projects and experience in handling environmental constraints are particularly well-suited to engage with this procurement. As limited competition was noted during the initial market testing, this could present a lucrative opportunity for suppliers who meet the technical requirements set forth by Highways England, thereby fostering growth within the contracting industry's niche areas.

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

Early Works for the Lower Thames Crossing - North Portal and Tunnelling Spoil Disposal

Notice Description

The Lower Thames Crossing project comprises of two bored tunnels beneath the River Thames with interconnecting link roads to the M25, A13 and A2. At 16 metres in diameter, the tunnels will be some of the largest bored tunnels in the world. The crossing will feature three lanes in both directions with a maximum speed limit of 70mph. At circa 2.4 miles each the tunnels will be the longest in the country. The tunnel's north portal site (the "North Portal") will be located on the north shore of the Thames east of the old Tilbury B Power station site and south of the Tilbury loop railway line. The north Portal structure and its approach ramp is to be constructed within a sizeable excavation. Approach roads to the North Portal construction continue at ground level north towards the proposed viaduct over the Tilbury loop railway line. Highways England tested the market for interest by way of a PIN (2020/S 027-063332) ("PIN") and there was limited market interest and limited response rates to the PIN. All interested parties were invited to discuss their capabilities to provide the services described within this opportunity in a manner that is likely to be compliant with the proposed constraints of the Development Consent Order ("DCO") under a non-disclosure agreement. This process identified only one interested supplier who was able to demonstrate their capabilities and relevant skill and experience in performing the required services in a manner that was compliant with the likely obligations of the DCO. Highways England has therefore concluded that Ingrebourne Valley Limited ("IVL") are the only suitable supplier for receiving spoil arising from the North Portal and tunnels excavation and its subsequent disposal, and Highways England intend to award a contract to IVL for these services under Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015. Subsequently, a VEAT notice was issued (23/04/2021) informing the market of the Authorities intention to award directly to IVL the spoil disposal services (including any necessary early works the prepare the site for receipt of spoil prior to the DCO being granted). There were no challenges raised during the standstill period. This contract award notice is in relation to the first of two contracts which together will cover the scope of the PIN. This notice relates to an award of a contract relating to an enabling works contract to allow site preparation necessary to prepare the site and to carry out the spoil disposal services to take place prior to the DCO being granted (this contract award (initial contract value of PS572k with re-measurable items giving an outturn forecast of circa PS1m). The second agreement relating to spoil disposal services shall be subject to a separate notice.

Lot Information

Lot 1

The Lower Thames Crossing project comprises of two bored tunnels beneath the River Thames with interconnecting link roads to the M25, A13 and A2. At 16 metres in diameter, the tunnels will be some of the largest bored tunnels in the world. The crossing will feature three lanes in both directions with a maximum speed limit of 70mph. At circa 2.4 miles each the tunnels will be the longest in the country. The tunnel's north portal site (the "North Portal") will be located on the north shore of the Thames east of the old Tilbury B Power station site and south of the Tilbury loop railway line. The north Portal structure and its approach ramp is to be constructed within a sizeable excavation. Approach roads to the North Portal construction continue at ground level north towards the proposed viaduct over the Tilbury loop railway line. Highways England tested the market for interest by way of a PIN (2020/S 027-063332) ("PIN") and there was limited market interest and limited response rates to the PIN. All interested parties were invited to discuss their capabilities to provide the services described within this opportunity in a manner that is likely to be compliant with the proposed constraints of the Development Consent Order ("DCO") under a non-disclosure agreement. This process identified only one interested supplier who was able to demonstrate their capabilities and relevant skill and experience in performing the required services in a manner that was compliant with the likely obligations of the DCO. Highways England has therefore concluded that Ingrebourne Valley Limited ("IVL") are the only suitable supplier for receiving spoil arising from the North Portal and tunnels excavation and its subsequent disposal, and Highways England intend to award a contract to IVL for these services under Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015. Subsequently, a VEAT notice was issued (23/04/2021) informing the market of the Authorities intention to award directly to IVL the spoil disposal services (including any necessary early works the prepare the site for receipt of spoil prior to the DCO being granted). There were no challenges raised during the standstill period. This contract award notice is in relation to the first of two contracts which together will cover the scope of the PIN. This notice relates to an award of a contract relating to an enabling works contract to allow site preparation necessary to prepare the site and to carry out the spoil disposal services to take place prior to the DCO being granted (this contract award (initial contract value of PS572k with re-measurable items giving an outturn forecast of circa PS1m). The second agreement relating to spoil disposal services shall be subject to a separate notice.

Procurement Information

The Authority considers that there are grounds to award a contract directly to IVL under Regulation 32(2)(b)(ii) of the Public Contract Regulations 2015 ("PCR") on the basis that only IVL would be able to provide the spoil disposal services. This is because competition is absent for technical reasons and no reasonable alternative or substitute exists. There are constraints on access to the North Portal (due to third party land rights), transportation of spoil from the North Portal site and there are expected to be a number of environmental and/or other constraints on the transportation of spoil due to the DCO. Following market testing, the Authority considers that IVL are the only contractor able to provide a technical solution to handle and dispose of spoil arisings from the North Portal site within the expected access and environmental constraints. IVL has demonstrated that it has the required capabilities to undertake the scope of services by describing how it operates a spoil disposal facility and by demonstrating that it provides similar spoil disposal services to other major projects in the London area and possesses the required licenses and capacity to receive the required quantities of spoil arising from the Lower Thames Crossing tunnelling contract. Given their operation at the North Portal site falls within the DCO planning area and is adjacent to the main works area, IVL was also able to demonstrate how it would comply with the expected DCO constraints. The Authority tested the market by publishing a PIN on 5 February 2020. The PIN advised the market that there would be a call for competition in relation to this procurement and that all interested parties should register their interest through the Authority's etendering portal by 13 March 2020. The PIN was also advertised in the trade press, including the New Civil Engineer and GE Plus. A total of eight (8) companies expressed an interest in the PIN, and all parties were invited to participate in a one to one meeting with the Authority to identify whether the contractor could offer a credible technical solution(s) to satisfy the scope requirements and associated constraints of the procurement under a signed non-disclosure agreement. Only IVL accepted an offer of a one to one follow up meeting with the Authority arranged through Bravo. No other supplier responded to Highways England or engaged in detailed dialogue with the Authority, despite the Authority offering an extension to the deadline to express an interest in participating in a one to one meeting. The fact that no other contractor engaged in dialogue with Highways England indicates that no reasonable alternative or substitute contractor with appetite exists and that IVL is the only contractor which has the technical capability and appetite to deliver the scope of services in accordance with the Authority's access and environmental requirements. Furthermore, IVL highlighted they were the only supplier with the required licenses at the site location which are needed for undertaking some of the services required under this procurement. The issue of the VEAT notice notified the market of the proposed direct award to IVL via a negotiated procedure and no challenges were recieved.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02d0fb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018829-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45112500 - Earthmoving work

45221247 - Tunnelling works

45222110 - Waste disposal site construction work

90531000 - Landfill management services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Aug 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
13 Jul 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
LTCProcurement@highwaysengland.co.uk
Contact Email
ltcprocurement@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
TLJ South East (England)

Local Authority
Bedford
Electoral Ward
Harpur
Westminster Constituency
Bedford

Supplier Information

Number of Suppliers
1
Supplier Name

INGREBOURNE VALLEY

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-02d0fb-2021-08-04T22:45:02+01:00",
    "date": "2021-08-04T22:45:02+01:00",
    "ocid": "ocds-h6vhtk-02d0fb",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02d0fb",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Early Works for the Lower Thames Crossing - North Portal and Tunnelling Spoil Disposal",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45221247",
            "description": "Tunnelling works"
        },
        "mainProcurementCategory": "works",
        "description": "The Lower Thames Crossing project comprises of two bored tunnels beneath the River Thames with interconnecting link roads to the M25, A13 and A2. At 16 metres in diameter, the tunnels will be some of the largest bored tunnels in the world. The crossing will feature three lanes in both directions with a maximum speed limit of 70mph. At circa 2.4 miles each the tunnels will be the longest in the country. The tunnel's north portal site (the \"North Portal\") will be located on the north shore of the Thames east of the old Tilbury B Power station site and south of the Tilbury loop railway line. The north Portal structure and its approach ramp is to be constructed within a sizeable excavation. Approach roads to the North Portal construction continue at ground level north towards the proposed viaduct over the Tilbury loop railway line. Highways England tested the market for interest by way of a PIN (2020/S 027-063332) (\"PIN\") and there was limited market interest and limited response rates to the PIN. All interested parties were invited to discuss their capabilities to provide the services described within this opportunity in a manner that is likely to be compliant with the proposed constraints of the Development Consent Order (\"DCO\") under a non-disclosure agreement. This process identified only one interested supplier who was able to demonstrate their capabilities and relevant skill and experience in performing the required services in a manner that was compliant with the likely obligations of the DCO. Highways England has therefore concluded that Ingrebourne Valley Limited (\"IVL\") are the only suitable supplier for receiving spoil arising from the North Portal and tunnels excavation and its subsequent disposal, and Highways England intend to award a contract to IVL for these services under Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015. Subsequently, a VEAT notice was issued (23/04/2021) informing the market of the Authorities intention to award directly to IVL the spoil disposal services (including any necessary early works the prepare the site for receipt of spoil prior to the DCO being granted). There were no challenges raised during the standstill period. This contract award notice is in relation to the first of two contracts which together will cover the scope of the PIN. This notice relates to an award of a contract relating to an enabling works contract to allow site preparation necessary to prepare the site and to carry out the spoil disposal services to take place prior to the DCO being granted (this contract award (initial contract value of PS572k with re-measurable items giving an outturn forecast of circa PS1m). The second agreement relating to spoil disposal services shall be subject to a separate notice.",
        "lots": [
            {
                "id": "1",
                "description": "The Lower Thames Crossing project comprises of two bored tunnels beneath the River Thames with interconnecting link roads to the M25, A13 and A2. At 16 metres in diameter, the tunnels will be some of the largest bored tunnels in the world. The crossing will feature three lanes in both directions with a maximum speed limit of 70mph. At circa 2.4 miles each the tunnels will be the longest in the country. The tunnel's north portal site (the \"North Portal\") will be located on the north shore of the Thames east of the old Tilbury B Power station site and south of the Tilbury loop railway line. The north Portal structure and its approach ramp is to be constructed within a sizeable excavation. Approach roads to the North Portal construction continue at ground level north towards the proposed viaduct over the Tilbury loop railway line. Highways England tested the market for interest by way of a PIN (2020/S 027-063332) (\"PIN\") and there was limited market interest and limited response rates to the PIN. All interested parties were invited to discuss their capabilities to provide the services described within this opportunity in a manner that is likely to be compliant with the proposed constraints of the Development Consent Order (\"DCO\") under a non-disclosure agreement. This process identified only one interested supplier who was able to demonstrate their capabilities and relevant skill and experience in performing the required services in a manner that was compliant with the likely obligations of the DCO. Highways England has therefore concluded that Ingrebourne Valley Limited (\"IVL\") are the only suitable supplier for receiving spoil arising from the North Portal and tunnels excavation and its subsequent disposal, and Highways England intend to award a contract to IVL for these services under Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015. Subsequently, a VEAT notice was issued (23/04/2021) informing the market of the Authorities intention to award directly to IVL the spoil disposal services (including any necessary early works the prepare the site for receipt of spoil prior to the DCO being granted). There were no challenges raised during the standstill period. This contract award notice is in relation to the first of two contracts which together will cover the scope of the PIN. This notice relates to an award of a contract relating to an enabling works contract to allow site preparation necessary to prepare the site and to carry out the spoil disposal services to take place prior to the DCO being granted (this contract award (initial contract value of PS572k with re-measurable items giving an outturn forecast of circa PS1m). The second agreement relating to spoil disposal services shall be subject to a separate notice.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45112500",
                        "description": "Earthmoving work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45222110",
                        "description": "Waste disposal site construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90531000",
                        "description": "Landfill management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Thurrock, Essex, UK"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_PROC_OPEN",
                "description": "No tenders or no suitable tenders/requests to participate in response to open procedure"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            }
        ],
        "procurementMethodRationale": "The Authority considers that there are grounds to award a contract directly to IVL under Regulation 32(2)(b)(ii) of the Public Contract Regulations 2015 (\"PCR\") on the basis that only IVL would be able to provide the spoil disposal services. This is because competition is absent for technical reasons and no reasonable alternative or substitute exists. There are constraints on access to the North Portal (due to third party land rights), transportation of spoil from the North Portal site and there are expected to be a number of environmental and/or other constraints on the transportation of spoil due to the DCO. Following market testing, the Authority considers that IVL are the only contractor able to provide a technical solution to handle and dispose of spoil arisings from the North Portal site within the expected access and environmental constraints. IVL has demonstrated that it has the required capabilities to undertake the scope of services by describing how it operates a spoil disposal facility and by demonstrating that it provides similar spoil disposal services to other major projects in the London area and possesses the required licenses and capacity to receive the required quantities of spoil arising from the Lower Thames Crossing tunnelling contract. Given their operation at the North Portal site falls within the DCO planning area and is adjacent to the main works area, IVL was also able to demonstrate how it would comply with the expected DCO constraints. The Authority tested the market by publishing a PIN on 5 February 2020. The PIN advised the market that there would be a call for competition in relation to this procurement and that all interested parties should register their interest through the Authority's etendering portal by 13 March 2020. The PIN was also advertised in the trade press, including the New Civil Engineer and GE Plus. A total of eight (8) companies expressed an interest in the PIN, and all parties were invited to participate in a one to one meeting with the Authority to identify whether the contractor could offer a credible technical solution(s) to satisfy the scope requirements and associated constraints of the procurement under a signed non-disclosure agreement. Only IVL accepted an offer of a one to one follow up meeting with the Authority arranged through Bravo. No other supplier responded to Highways England or engaged in detailed dialogue with the Authority, despite the Authority offering an extension to the deadline to express an interest in participating in a one to one meeting. The fact that no other contractor engaged in dialogue with Highways England indicates that no reasonable alternative or substitute contractor with appetite exists and that IVL is the only contractor which has the technical capability and appetite to deliver the scope of services in accordance with the Authority's access and environmental requirements. Furthermore, IVL highlighted they were the only supplier with the required licenses at the site location which are needed for undertaking some of the services required under this procurement. The issue of the VEAT notice notified the market of the proposed direct award to IVL via a negotiated procedure and no challenges were recieved."
    },
    "awards": [
        {
            "id": "018829-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-24666",
                    "name": "Ingrebourne Valley Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-24665",
            "name": "Highways England",
            "identifier": {
                "legalName": "Highways England",
                "id": "9346363"
            },
            "address": {
                "streetAddress": "Woodlands",
                "locality": "BEDFORD",
                "region": "UKJ",
                "postalCode": "MK41 7LW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "LTCProcurement@highwaysengland.co.uk",
                "email": "LTCProcurement@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": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-24666",
            "name": "Ingrebourne Valley Limited",
            "identifier": {
                "legalName": "Ingrebourne Valley Limited"
            },
            "address": {
                "streetAddress": "Cecil House",
                "locality": "Harlow, Essex",
                "region": "UKJ",
                "postalCode": "CM17 9HY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-3025",
            "name": "Highways England",
            "identifier": {
                "legalName": "Highways England"
            },
            "address": {
                "streetAddress": "Woodlands, Manton Lane",
                "locality": "Bedford",
                "postalCode": "MK41 7LW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "LTCprocurement@highwaysengland.co.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-24665",
        "name": "Highways England"
    },
    "contracts": [
        {
            "id": "018829-2021-1",
            "awardID": "018829-2021-1",
            "status": "active",
            "dateSigned": "2021-07-14T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 571582.5,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 1000000,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 571582.5,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 1000000,
                "currency": "GBP"
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:063332-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}