Section one: Contracting entity
one.1) Name and addresses
London Gateway Port Limited
No 1 London Gateway
Stanford-le-hope
SS17 9DY
Telephone
+44 1375648441
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Port-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Berth 4 - IT Infrastructure
two.1.2) Main CPV code
- 32421000 - Network cabling
two.1.3) Type of contract
Supplies
two.1.4) Short description
London Gateway Port Limited intend to construct a new Berth 4 of the shipping port.
The overall infrastructure implementation design for the new Berth 4 will primarily consist of diverse redundancy fibre connectivity, ensuring full connectivity to both onsite data centres.
Scope of the works comprises:
• Traditional OS2 fibre and blown fibre cabling along with Copper Category 6A data cabling. All cabling should be suitably rated for an outdoor environment and come with manufacturers guarantee.
• Civil works, including duct cover lifting, draining of flooded ducts and scaffolding to protect / safeguard the exposed civil ducts.
• Provision of IP rated stainless steel cabinets.
• All termination equipment and materials required to connect the fibre and copper to the identified equipment endpoints.
• Professional services and preliminaries along with maintenance services
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32562300 - Optical-fibre cables for data transmission
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
London Gateway Port Limited intend to construct a new Berth 4 of the shipping port.
The overall infrastructure implementation design for the new Berth 4 will primarily consist of diverse redundancy fibre connectivity, ensuring full connectivity to both onsite data centres.
Scope of the works comprises:
• Traditional OS2 fibre and blown fibre cabling along with Copper Category 6A data cabling. All cabling should be suitably rated for an outdoor environment and come with manufacturers guarantee.
• Civil works, including duct cover lifting, draining of flooded ducts and scaffolding to protect / safeguard the exposed civil ducts.
• Provision of IP rated stainless steel cabinets.
• All termination equipment and materials required to connect the fibre and copper to the identified equipment endpoints.
• Professional services and preliminaries along with maintenance services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Candidates must answer all the questions related to this project in the tender on https://dpworld.tejari.com/web/login.html
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.1.6) Deposits and guarantees required
The Contracting Entity reserves the right to acquire deposits, parent company guarantee bonds or other forms of appropriate security
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 July 2022
Local time
11:59pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting entity is not and shall not be liable for any costs incurred by those expressing interest or negotiating or tendering for this contract opportunity. Tenders and all supporting documentation to be priced in pound sterling. Any resulting contract will be considered a contract made in England according to English law. Compliance with all relevant legislation required is required both in the contract award procedure and during the term of any resulting contract. The contracting entity reserves the right not to award a contract, to make whatever changes it sees fit to the structure and timing of the procurement process and to cancel the process in its entirety at any stage.
six.4) Procedures for review
six.4.1) Review body
London Gateway Port Limited
No 1 London Gateway
Stanford-le-hope
SS17 9DY
Country
United Kingdom