Section one: Contracting authority
one.1) Name and addresses
Highways England
Woodlands, Manton Lane
Bedford
MK41 7LW
LTCProcurement@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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://highways.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://highways.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be submitted to the above-mentioned address
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 - Detailed Design Services for Contestable Gas Assets
two.1.2) Main CPV code
- 71322200 - Pipeline-design 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.
This Contract Notice is being issued to appoint an designer to support design services for contestable gas assets on the LTC project.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44161100 - Gas pipelines
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
- 65000000 - Public utilities
- 71322200 - Pipeline-design services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKH3 - Essex
- UKH32 - Thurrock
- UKI - London
two.2.4) Description of the procurement
The LTC project affects a number of statutory undertakers' assets. This contract is to undertake the detailed design for the diversion of approximately 17 affected low, intermediate and medium pressure gas pipelines, which are owned by Cadent Gas Ltd (Cadent) and have been deemed to be contestable by Cadent. These assets are located along the LTC route between the proposed north tunnel portal and the proposed junction with the M25. The length of each individual diversion ranges from 300m to several kilometeres, with a total length of pipelines to be diverted of approximately 13km. The detailed design study will conclude by obtaining a letter of acceptance from Cadent.
The majority of contestable assets within scope have been agreed with Cadent during the initial LTC NRSWA/C2 enquiry and have been accepted by Cadent via submission of a Feasibility Study Report. However, a small number of those assets are known to be within the LTC works area but have not been assured to date via site investigations, so the location, characteristics and extent of the works is assumed. This will be required to be investigated to highlight any discrepancies and refine the extent of the scope for detailed design. The designer will undertake a gap analysis on the information provided and agree any further site investigations with Highways England, which will be delivered via LTC's existing contracts. These assets do not have an accepted Feasibility Study Report and as such may require an additional submission to Cadent to obtain acceptance at Cadent Stage Gate "Final Design Review - Refresh (FDR-R)".
The designer will work with LTC throughout the detailed design to coordinate their design with LTC's and third parties' (in particular, other statutory undertakers) designs. The designer will also engage with Cadent via LTC to meet the requirements of the Cadent Stage Gate Definition.
It is a mandatory requirement that the designer must be Gas Industry Registration Scheme (GIRS) accredited to provide design services.
Further details are obtainable in the tender documents available via Bravo.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The designer is required to be Gas Industry Registration Scheme (GIRS) accredited to provide design services as set out in the procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
three.2.2) Contract performance conditions
A parent company guarantee or other security may be required if the applicant does not satisfy Highways England’s economic and financial standing requirements. Please see tender documents for details.
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: 2021/S 000-005238
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 July 2021
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 11 November 2021
four.2.7) Conditions for opening of tenders
Date
14 July 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contracting Authority will use an e-Sourcing portal in this procurement. General information on how to take part in this procurement is detailed below:
1. Register the Applicant company on the e-Sourcing portal (this is only required once). Check as the Applicant or someone in your organisation may already be registered.
2. Visit https://highways.bravosolution.co.uk and either log on or click the link to register. If registering for the first time the Applicant will be requested to accept the terms and conditions before proceeding
3. To express Interest in this PQQ (referred to as a ‘SQ’ by Highways England) Login to the portal - Click the 'PQQs/ITTs Open to All Suppliers' link. (This shows all PQQ or ITT’s open to any registered supplier on this portal). Click on this PQQ/ITT to access the content. Click the 'Express Interest' button at the top of the page. This will move the selected item into the Applicants 'My PQQs/ My ITT's page. (This is a secure area reserved for The Applicants projects only). The Applicant can access all attachments to the selected item by clicking into the 'Buyer Attachments' area.
4. To respond to the tender - Click 'My Response' under 'PQQ/ITT Details’, The Applicant can then select either 'Create Response' or 'Decline to Respond' (please enter a reason if declining). Note the deadline for completion, (the closing date) and follow the onscreen instructions to complete your submission.
5. There will be a mixture of online and offline actions for you to perform. Once your submission is fully uploaded and considered complete, submit your reply using the 'Submit Response' button at the top of the page. This stage must be done for The Applicants submission to be considered.
6. The Applicant may save and exit their submission at any time during preparation up till the closing date. If left for a set period of time the system will time out and any unsaved data will be lost.
7. If you require any further technical assistance in the operation of the e-Sourcing portal, please consult the online help or contact the e-Sourcing help desk (0800 069 8630) available from 8am till 6pm.
It is mandatory for new Central Government contracts, which feature characteristics involving the handling of personal data and ICT systems designed to store or process data at the OFFICIAL level of the Government Security Classifications scheme (link below), to comply with Cyber Essentials. https://www.gov.uk/government/publications/government-security-classifications. All potential tenderers for Central Government contracts, featuring the above characteristics, should be aware of the requirements for the appropriate level of certification. Further information: https://www.gov.uk/government/publications/cyber-essentials-scheme-overview
The selected tenderer will be required to accept the Highways England Fair Payment Charter as a condition of acceptance of their tender. Highways England intends to work with the winning bidder to explore opportunities for further efficiencies and improvements; discussions will take place during the mobilisation period. Highways England reserve the right to invite or not invite variant bids at their sole discretion. Further information will be set out in the Tender Documents.
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 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 2015 No 102) as amended.
six.4.4) Service from which information about the review procedure may be obtained
Highways England,
Woodlands, Manton Lane
Bedford
ltcprocurement@highwaysengland.co.uk
Country
United Kingdom