Section one: Contracting entity
one.1) Name and addresses
LONDON GATEWAY PORT LIMITED
1 London Gateway,London Gateway Drive
STANFORD-LE-HOPE
SS179DY
Contact
Oluchi Nwaiwu
Telephone
+44 7990566247
Country
United Kingdom
Region code
UKH32 - Thurrock
Companies House
04341592
Internet address(es)
Main address
https://www.dpworld.com/london-gateway
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ehpv.fa.em2.oraclecloud.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ehpv.fa.em2.oraclecloud.com/
one.6) Main activity
Port-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Environmental Impact Assessment (EIA) Consultant for Capital Dredging
two.1.2) Main CPV code
- 90711400 - Environmental Impact Assessment (EIA) services other than for construction
two.1.3) Type of contract
Services
two.1.4) Short description
London Gateway Port Ltd is looking to appoint a consultant with UK marine project experience to undertake an Environmental Impact Assessment assessing potential future capital dredging of the 100km-long approach channel to London Gateway Port and then subsequently applying for any relevant environmental consents.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45252124 - Dredging and pumping works
two.2.3) Place of performance
NUTS codes
- UKH32 - Thurrock
Main site or place of performance
London Gateway Port Limited
two.2.4) Description of the procurement
London Gateway Port Ltd is looking to appoint a consultant with UK marine project experience to undertake an Environmental Impact Assessment assessing potential future capital dredging of the 100km-long approach channel to London Gateway Port and then subsequently applying for any relevant environmental consents.
The company must have experience in:
- UK Marine EIA Projects, preferably with dredging and disposal site experience.
- Being the lead consultant for an EIA process, including the responsibilities of:
o Developing the consenting programme with the client.
o The EIA scoping process.
o Managing the different workstreams to achieve programme, including sub-consultant management.
o Compiling the final report.
- Undertaking additional assessments required such as Habitats Regulation Assessments, Marine Conservation Zone Assessments and Water Framework Directive Assessments.
- The UK marine legislative requirement and the associated application process for UK marine permit, licence, and consents includes preparing the required application documents. Again, experience in this process for dredging and use of disposal sites is highly desirable.
- UK environmental regulatory liaison.
- Wider stakeholder liaison.
The consultant will also need to:
- Interpret the significant amount of environmental baseline data held by London Gateway.
- Work with the London Gateway engineering team to define the potential works being assessed and then implementing any mitigation measures identified by the assessments into the main engineering contracts.
The EIA consultant is likely going to need expertise or be able to subcontract in expertise for the following subjects, noting that some of these might be scoped out from the main EIA Assessment:
- Marine and Coastal Processes (and associated modelling)
- Water Quality and Resources
- Assessing options for use or disposal of dredged material
- Marine and Coastal Ecology
- Commercial Fisheries
- Air Quality
- Noise and Vibration
- Navigational Impact Assessment
- Coastal and Flood Defence
- Underwater Noise
- Maritime Archaeology
Note that London Gateway would likely directly commission the below pieces of work, that would feed into the EIA process:
- Ground Investigation Surveys
- Marine Ecological Surveys
- Marine Wreck Investigation and Surveys
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: Yes
two.2.11) Information about options
Options: Yes
Description of options
To be discussed
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
29 September 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 October 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
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
Telephone
+44 7990566247
Country
United Kingdom