Section one: Contracting authority
one.1) Name and addresses
National Highways
Bedford
Contact
Pavanjit Mann
Pavanjit.Mann@nationalhighways.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
9346363
Internet address(es)
Main address
https://nationalhighways.co.uk/
Buyer's address
https://nationalhighways.ukp.app.jaggaer.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nationalhighways.ukp.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nationalhighways.ukp.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://nationalhighways.ukp.app.jaggaer.com/
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 (LTC) Low Carbon Hydrogen Supply
two.1.2) Main CPV code
- 24111600 - Hydrogen
two.1.3) Type of contract
Supplies
two.1.4) Short description
National Highways is the government company charged with operating, maintaining and improving England's strategic road networks. The Lower Thames Crossing (LTC) is a proposed new road connecting Kent, Thurrock and Essex through tunnels underneath the River Thames. The Programme will relieve the congested Dartford Crossing and approach roads and improve their performance by providing sufficient north-south road capacity. On the south side of the River Thames, the new road will link the tunnel to the A2 and M2 in Kent. On the north side, it will link to the A13 and junction 29 of the M25 in the London Borough of Havering. This procurement is for the production, delivery and storage (including dispensing) on site of Low Carbon Hydrogen for the Lower Thames Crossing Project. The Low Carbon Hydrogen will be used to fuel the construction plant.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
- 24111600 - Hydrogen
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 42000000 - Industrial machinery
- 43000000 - Machinery for mining, quarrying, construction equipment
- 43200000 - Earthmoving and excavating machinery, and associated parts
- 43300000 - Construction machinery and equipment
- 45000000 - Construction work
- 65000000 - Public utilities
- 65400000 - Other sources of energy supplies and distribution
- 71311000 - Civil engineering consultancy services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKC - North East (England)
- UKI - London
- UKI3 - Inner London – West
- UKI4 - Inner London – East
- UKI5 - Outer London – East and North East
- UKJ - South East (England)
- UKK - South West (England)
Main site or place of performance
Kent, Thurrock, East of Gravesend and Tilbury.
two.2.4) Description of the procurement
The Lower Thames Crossing (LTC) is dedicated to achieving the lowest carbon solution to deliver the works. The scope requirements include supply of an estimated of 6200 tonnes of Hydrogen over 5 years, delivery and storage (including dispensing) on site of Low Carbon Hydrogen for the Lower Thames Crossing Project. The Low Carbon Hydrogen will be used to fuel the construction plant.
The implementation of a Low Carbon Hydrogen Supply contract will be enabled for use by Lower Thames Crossing main works contractors. The contract will be procured under the Competitive Dialogue Procedure (Public Contracts Regulations 2015) and based on an NEC4 form.
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: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
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
two.2.14) Additional information
https://highwaysengland.co.uk/lower-thames-crossing-home/
https://highwaysengland.citizenspace.com/ltc/consultation-2020/
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2.2) Contract performance conditions
Please see procurement documents for details.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
- The 2.5 year set up/mobilisation period for the supply of Low Carbon Hydrogen;
- The economically viability for suppliers and National Highways to invest in the activity;
- The requirement for Low Carbon Hydrogen on the programme over at least 8 years (and the impact of mobilisation times and non-transferability of technology on future competition);
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: 2023/S 000-016115
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 August 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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://nationalhighways.ukp.app.jaggaer.com/ 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 National Highways) 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.
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.4.2) Body responsible for mediation procedures
National Highways
Bedford
ancillaryprocurement@lowerthamescrossing.co.uk
Country
United Kingdom
Internet address
https://nationalhighways.ukp.app.jaggaer.com/
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
National Highways 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
National Highways
Woodlands, Manton Lane
Bedford
MK41 7LW
ancillaryprocurement@lowerthamescrossing.co.uk
Country
United Kingdom