Section one: Contracting authority
one.1) Name and addresses
Highways England
Woodlands
BEDFORD
MK41 7LW
Contact
LTCProcurement@highwaysengland.co.uk
LTCProcurement@highwaysengland.co.uk
Country
United Kingdom
NUTS code
UKJ - South East (England)
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Early Works for the Lower Thames Crossing - North Portal and Tunnelling Spoil Disposal
two.1.2) Main CPV code
- 45221247 - Tunnelling works
two.1.3) Type of contract
Works
two.1.4) Short 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 £572k with re-measurable items giving an outturn forecast of circa £1m). The second agreement relating to spoil disposal services shall be subject to a separate notice.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £571,582.50 / Highest offer: £1,000,000 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 45112500 - Earthmoving work
- 45222110 - Waste disposal site construction work
- 90531000 - Landfill management services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Thurrock, Essex, UK
two.2.4) Description of the procurement
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 £572k with re-measurable items giving an outturn forecast of circa £1m). The second agreement relating to spoil disposal services shall be subject to a separate notice.
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
Award of a contract without prior publication of a call for competition in the cases listed below
- No tenders or no suitable tenders/requests to participate in response to open procedure
- The services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
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.
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 027-063332
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
14 July 2021
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Ingrebourne Valley Limited
Cecil House
Harlow, Essex
CM17 9HY
Country
United Kingdom
NUTS code
- UKJ - South East (England)
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £571,582.50 / Highest offer: £1,000,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Highways England
Woodlands, Manton Lane
Bedford
MK41 7LW
LTCprocurement@highwaysengland.co.uk
Country
United Kingdom