Notice Information
Notice Title
Lower Thames Crossing - Technical Partner
Notice Description
Lot Information
Lower Thames Crossing - Technical Partner
The Lower Thames Crossing (LTC) is a new road crossing of the Thames Estuary, east of London, between Essex and Kent with new infrastructure and operational arrangements to increase capacity and improve resilience on the Strategic Road Network. The existing Dartford-Thurrock crossing provides a vital link for many business travellers, haulage companies and holidaymakers travelling to and from Europe via the English Channel, as well as linking communities both north and south of the Thames. However, over recent years traffic volumes have increased and the crossing now regularly exceeds its original design capacity of 135 000 vehicles a day. Congestion and delay are major problems, and conditions are expected to get worse in future. The LTC is a technically challenging project and we are looking for a Technical Partner to provide leading expertise in the key disciplines outlined below in order to ensure successful delivery of this high profile project. This project gives a potential supplier the chance to be involved in a team who are working to deliver a PS5.3 to PS6.8bn scheme which will be one of National Highways' biggest projects. The Technical Partner will need to demonstrate extensive experience in the development and delivery of large complex transport infrastructure schemes in the current UK planning environment. This includes being able to provide strong leadership, excellent technical capability and proven expertise in the design of and construction of large bridges, immersed tube and bored tunnels. This is a long term appointment, and is required to support an accelerated delivery schedule. The successful Technical Partner will be required to work in collaboration with multiple partners to; - Provide and demonstrate expertise in all relevant river crossing types in order to accelerate the delivery schedule and able to provide all required capabilities without compromise. - Provide design leadership and technical expertise in the preparation of preliminary designs (including surveys and sampling), Environmental Impact assessments (EIA) and other technical documentation to support an application for the relevant permissions / consents. - Manage the pre-application engagement with the Planning Inspectorate (PIN) and develop / manage the application (likely to be a Development Consent Order (DCO)) including technical stakeholder engagement and pre-application consultation process. - Progress the procurement of its works contractor or multiple contractors in parallel with the completion and submission of a DCO application. Provide a seamless transition in to delivery immediately following award of the DCO and the associated consents. - Provide assurance, supervision and coordination of the activities of contractors. - Ensure liaison with Network Operations and assure the technical elements of the Delivery Phase (Design and Construction). - Develop illustrative / reference design proposals to enable procurement of 1 or more main contractors and essential advanced or enabling works regardless of the procurement or funding route.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0301df
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031336-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71310000 - Consultative engineering and construction services
71311000 - Civil engineering consultancy services
71320000 - Engineering design services
71500000 - Construction-related services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £370,000,000 £100M-£1B
Notice Dates
- Publication Date
- 15 Dec 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 5 May 20169 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NATIONAL HIGHWAYS
- Contact Name
- Not specified
- 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
- TLI London
-
- 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-0301df-2021-12-15T22:45:21Z",
"date": "2021-12-15T22:45:21Z",
"ocid": "ocds-h6vhtk-0301df",
"initiationType": "tender",
"tender": {
"id": "2016/S 097-174494",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Lower Thames Crossing - Technical Partner",
"classification": {
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
"mainProcurementCategory": "services",
"lots": [
{
"id": "1",
"title": "Lower Thames Crossing - Technical Partner",
"description": "The Lower Thames Crossing (LTC) is a new road crossing of the Thames Estuary, east of London, between Essex and Kent with new infrastructure and operational arrangements to increase capacity and improve resilience on the Strategic Road Network. The existing Dartford-Thurrock crossing provides a vital link for many business travellers, haulage companies and holidaymakers travelling to and from Europe via the English Channel, as well as linking communities both north and south of the Thames. However, over recent years traffic volumes have increased and the crossing now regularly exceeds its original design capacity of 135 000 vehicles a day. Congestion and delay are major problems, and conditions are expected to get worse in future. The LTC is a technically challenging project and we are looking for a Technical Partner to provide leading expertise in the key disciplines outlined below in order to ensure successful delivery of this high profile project. This project gives a potential supplier the chance to be involved in a team who are working to deliver a PS5.3 to PS6.8bn scheme which will be one of National Highways' biggest projects. The Technical Partner will need to demonstrate extensive experience in the development and delivery of large complex transport infrastructure schemes in the current UK planning environment. This includes being able to provide strong leadership, excellent technical capability and proven expertise in the design of and construction of large bridges, immersed tube and bored tunnels. This is a long term appointment, and is required to support an accelerated delivery schedule. The successful Technical Partner will be required to work in collaboration with multiple partners to; - Provide and demonstrate expertise in all relevant river crossing types in order to accelerate the delivery schedule and able to provide all required capabilities without compromise. - Provide design leadership and technical expertise in the preparation of preliminary designs (including surveys and sampling), Environmental Impact assessments (EIA) and other technical documentation to support an application for the relevant permissions / consents. - Manage the pre-application engagement with the Planning Inspectorate (PIN) and develop / manage the application (likely to be a Development Consent Order (DCO)) including technical stakeholder engagement and pre-application consultation process. - Progress the procurement of its works contractor or multiple contractors in parallel with the completion and submission of a DCO application. Provide a seamless transition in to delivery immediately following award of the DCO and the associated consents. - Provide assurance, supervision and coordination of the activities of contractors. - Ensure liaison with Network Operations and assure the technical elements of the Delivery Phase (Design and Construction). - Develop illustrative / reference design proposals to enable procurement of 1 or more main contractors and essential advanced or enabling works regardless of the procurement or funding route.",
"contractPeriod": {
"durationInDays": 3600
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "1"
}
],
"reviewDetails": "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 2006 No 5) as amended."
},
"awards": [
{
"id": "031336-2021-2016/S 097-174494-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-37878",
"name": "Cascade made up of CH2M Hill UK / Hyder Consulting (UK) Ltd / COWI A/S JV"
}
]
}
],
"parties": [
{
"id": "GB-FTS-29338",
"name": "National Highways",
"identifier": {
"legalName": "National Highways",
"id": "09346363"
},
"address": {
"streetAddress": "Woodlands, Manton Lane",
"locality": "Bedford",
"region": "UKH24",
"postalCode": "MK41 7LW",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "LTCProcurement@highwaysengland.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://nationalhighways.co.uk/"
}
},
{
"id": "GB-FTS-37878",
"name": "Cascade made up of CH2M Hill UK / Hyder Consulting (UK) Ltd / COWI A/S JV",
"identifier": {
"legalName": "Cascade made up of CH2M Hill UK / Hyder Consulting (UK) Ltd / COWI A/S JV"
},
"address": {
"streetAddress": "Elms House, 43 Brook Green",
"locality": "London",
"region": "UKI",
"postalCode": "W6 7EF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-4347",
"name": "See details at VI.4.3",
"identifier": {
"legalName": "See details at VI.4.3"
},
"address": {
"locality": "See details at VI.4.3",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-29338",
"name": "National Highways"
},
"contracts": [
{
"id": "031336-2021-2016/S 097-174494-1",
"awardID": "031336-2021-2016/S 097-174494-1",
"status": "active",
"value": {
"amount": 370000000,
"currency": "GBP"
},
"dateSigned": "2016-05-06T00:00:00+01:00",
"period": {
"durationInDays": 3600
},
"items": [
{
"id": "1",
"title": "Lower Thames Crossing - Technical Partner",
"classification": {
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "The original OJEU published in 2015 had a value (excluding VAT) of PS100m- PS200m and the core scope of works included delivering public consultations, completing the design to support the Development Consent Order (DCO), preparing the main works contracts for procurement and providing technical assurance during construction. A further modification notice (reference: 2020/S 100-243392) was published 20/05/2020 to increase the contract value by PS100million. This increase was due to a requirement to extent the quantum of services reflecting the impact of the final route option, a delay in the preferred route announcement, the scale of DCO responses and delay in the DCO submission. The Technical Partner built up a substantial knowledge of the scheme issues on a wide range of including local engagement, ground conditions, environmental factors, utility diversions, traffic modelling and planning issues. The contract remained the only practical vehicle for the project to retain the technical and management resources required for the project to submit the DCO. The Integration Partner (IP) contract was awarded in March 2021. A portion of the non-technical services originally awarded to the Technical Partner will be transferred to be delivered by the Integration Partner. However, given the technical knowledge that has been embedded in the DCO and design process so far by the Technical Partner, and noting that the IP contract is not intended for design/development consent, most of the consenting development activities need to stay with the Technical Partner. In November 2020 the Lower Thames Crossing DCO application was withdrawn, therefore this modification is to cover the Technical Partner's support which is required to deliver the reapplication of the DCO.",
"rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: In accordance with regulation 72(1)(c) it is necessary to procure additional services as a continuation of the original scope from Cascade to complete the DCO. National Highways could not have foreseen the need for withdrawal of the DCO having been through a robust process following industry standards and governance from both within and external to the project team with the reasonable expectation that any risks to the ability to gain consent were not unusual for a submission version and could be addressed through the examination. Cascade have built up a detailed understanding of the project and any change would mean significant inconvenience, duplication of costs and material risk. This would mean that the DCO could not be obtained within the required timescales and/or the procurement would be materially delayed."
}
]
}
],
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:174494-2016:TEXT:EN:HTML"
}
],
"language": "en"
}