Section one: Contracting authority
one.1) Name and addresses
National Highways
Chafford Hundred
RM16 6RL
Contact
Amanda Tite
ancillaryprocurement@lowerthamescrossing.co.uk
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
https://nationalhighways.co.uk/
Buyer's address
https://nationalhighways.ukp.app.jaggaer.com/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
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
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 National Highways project that will build a new road connecting Kent, Thurrock and Essex through a tunnel beneath the River Thames. It will provide much-needed new road capacity across the river east of London, alleviating congestion on the Dartford Crossing. Three Delivery Partners have been appointed to deliver the three main components of the project – Kent Roads, Tunnels & Approaches and Roads North.
National Highways has designated LTC a pathfinder project that will explore carbon neutral construction. Low Carbon Hydrogen is a key element in LTC's strategy to deliver its carbon reduction targets and a key objective of this procurement is to enable a significant reduction in the use of diesel on the programme by enabling the use of hydrogen powered plant, machinery and generators. The procurement covers the supply, delivery, storage on site and dispensing of Low Carbon Hydrogen for use by the LTC appointed Delivery Partners to fuel their construction plant and equipment. Making hydrogen easily available could displace a significant amount of the diesel forecast to be used during construction.
two.1.5) Estimated total value
Value excluding VAT: £80,000,000
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
- 65000000 - Public utilities
- 65400000 - Other sources of energy supplies and distribution
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKH - East of England
- UKH3 - Essex
- UKJ - South East (England)
- UKJ4 - Kent
Main site or place of performance
Thurrock, Tilbury and East of Gravesend
two.2.4) Description of the procurement
LTC is dedicated to achieving the lowest carbon solution to deliver the works. The scope of this procurement requires the supply, delivery, storage on site and dispensing of Low Carbon Hydrogen (and any equipment necessary to enable that supply) over 5 years. The Low Carbon Hydrogen supply contract has an estimated contract commencement date in mid 2025 with supply of hydrogen commencing in 2028. This will be an 8 year contract (consisting of a period of preparation and readiness to supply hydrogen and then 5 years of hydrogen supply) with the option to extend by up to two additional years (1+1) in the event this is required. The option to extend is included to mitigate the impact of delays to the LTC programme. Whilst National Highways' estimated total value of the contract is £80,000,000 + VAT, the actual outturn value of the contract will depend upon a number of factors, including the potential for an increase in hydrogen demand during the life of the contract, and to account for the potential impact of any delay to the LTC programme, and is expected to range from between £37,500,000 and £80,000,000.
The Low Carbon Hydrogen contract will be enabled for use by Lower Thames Crossing’s Delivery Partners and by National Highways' contractors. The contract will be procured under the Competitive Dialogue Procedure (Public Contracts Regulations 2015).
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: £80,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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 refer to procurement documents for details
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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: 2024/S 000-023507
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 January 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2 December 2024
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.
We also draw your attention to the Information Memorandum (IM) issued with the tender documents. The IM sets out some key information in relation to this procurement which you may want to consider before submitting an application,
National Highways will be holding a launch event on Thursday 5 December from 2.30 - 3.30 am. The purpose of the event is to provide an overview of the SQ process and the documents provided as part of this procurement. Attendance is optional and is not required in order to participate in the process. This will be a virtual event via Teams. If you would like to attend please contact us via the messaging system on the eSourcing portal or email ancillaryprocurement@lowerthamescrossing.co.uk with the email addresses of those people who will be attending so that we can issue the invite.
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