Awarded contract

Lower Thames Crossing - Integration Partner

  • Highways England

F03: Contract award notice

Notice reference: 2021/S 000-006289

Published 26 March 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

Highways England

Woodlands, Manton Lane

Bedford

MK41 7LW

Email

LTCIntegrationPartner@highwaysengland.co.uk

Country

United Kingdom

NUTS code

UKH2 - Bedfordshire and Hertfordshire

National registration number

9346363

Internet address(es)

Main address

https://highwaysengland.co.uk/

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Lower Thames Crossing - Integration Partner

two.1.2) Main CPV code

  • 71310000 - Consultative engineering and construction services

two.1.3) Type of contract

Services

two.1.4) Short 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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £162,500,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 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
  • 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

two.2.3) Place of performance

NUTS codes
  • UKH - EAST OF ENGLAND
  • UKH32 - Thurrock
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)
  • UKJ4 - Kent
Main site or place of performance

Kent, East of Gravesend, Thurrock and Tilbury

two.2.4) Description of the procurement

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 £162.5M 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

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 132-325156


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 March 2021

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Jacobs U.K. Limited

1180 Eskdale Road, Winnersh, Wokingham,

Berkshire

RG41 5TU

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £162,500,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of Justice - England

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Highways England has completed a minimum 10-day standstill period and information on award of the contract was communicated to tenderers.