Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityNational or federal agency/office
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract
Lower Thames Crossing — Technical Partner.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
NUTS code
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
The Lower Thames Crossing (LTC) is a new road crossing of the Thames Estuary, east of London, between Essex and Kent with new infrastructure and operational arrangements to increase capacity and improve resilience on the Strategic Road Network. The existing Dartford-Thurrock crossing provides a vital link for many business travellers, haulage companies and holidaymakers travelling to and from Europe via the English Channel, as well as linking communities both north and south of the Thames. However, over recent years traffic volumes have increased and the crossing now regularly exceeds its original design capacity of 135 000 vehicles a day. Congestion and delay are major problems, and conditions are expected to get worse in future. Therefore the Lower Thames Crossing scheme is exploring 2 options to relieve the stress on this link. The LTC is a technically challenging project and although the crossing type and location will not be decided until early 2016, we are looking for a Technical Partner to provide leading expertise in the key disciplines outlined below in order to ensure successful delivery of this high profile project. This project gives a potential supplier the chance to be involved in a team who are working to deliver a 2 500 000 000 GBP - 5 000 000 000 GBP scheme which will be 1 of Highway England's biggest projects. The Technical Partner will need to demonstrate extensive experience in the development and delivery of large complex transport infrastructure schemes in the current UK planning environment. This includes being able to provide strong leadership, excellent technical capability and proven expertise in the design of and construction of large bridges, immersed tube and bored tunnels. This is a long term appointment, likely to be in excess of 10 years, and required to support an accelerated delivery schedule. The successful Technical Partner will be required to work in collaboration with multiple partners to; — Provide and demonstrate expertise in all relevant river crossing types in order to accelerate the delivery schedule and able to provide all required capabilities without compromise. — Provide design leadership and technical expertise in the preparation of preliminary designs (including surveys and sampling), Environmental Impact assessments (EIA) and other technical documentation to support an application for the relevant permissions / consents. — Manage the pre-application engagement with the Planning Inspectorate (PIN) and develop / manage the application (likely to be a Development Consent Order (DCO)) including technical stakeholder engagement and pre application consultation process. — Progress the procurement of its works contractor or multiple contractors in parallel with the completion and submission of a DCO application. Provide a seamless transition in to delivery immediately following award of the DCO and the associated consents. — Provide assurance, supervision and coordination of the activities of contractors. — Ensure liaison with Network Operations and assure the technical elements of the Delivery Phase ( Design and Construction). — Develop illustrative / reference design proposals to enable procurement of 1 or more main contractors and essential advanced or enabling works regardless of the procurement or funding route.
II.1.5)Common procurement vocabulary (CPV)71311000 Civil engineering consultancy services, 71310000 Consultative engineering and construction services, 71320000 Engineering design services, 71500000 Construction-related services
II.1.6)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of
1. Quality. Weighting 70
2. Price. Weighting 30
3. Delivery performance
4. Risk
5. Overall cost effectiveness
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract Section V: Award of contract
Lot title: Lower Thames Crossing — Technical PartnerV.1)Date of contract award decision:6.5.2016
V.2)Information about offersNumber of offers received: 4
Number of offers received by electronic means: 4
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenOfficial name: Cascade made up of CH2M Hill UK / Hyder Consulting (UK) Ltd / COWI A/S JV
Postal address: Elms House, 43 Brook Green
Town: London
Postal code: W6 7EF
Country: United Kingdom
V.4)Information on value of contract
V.5)Information about subcontractingThe contract is likely to be sub-contracted: no
Section VI: Complementary information
VI.1)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
Estimated total contract value is between 100 000 000 GBP - 200 000 000 GBP.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Appeals must be lodged in accordance with the Public Contracts Regulations 2006 (SI 2006 No 5) as amended.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:18.5.2016