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/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000013348915/
one.6) Main activity
Port-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Contract C2547 - Construction of Berth 6 East Container Storage Yard
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
London Gateway (LGW) is planning to develop a container storage yard at London Gateway Port. The yard is located at Berth 6 of the Port, to the east of existing Berth 6 North and South Storage Yard. The total area of the Site is circa 43,500m2, comprising circa 33,500m2 container storage yard and circa 10,000m2 access road.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
two.2.4) Description of the procurement
The scope of works include but not limited to:
(a) Employer Designed Civil Works
(i) Earthworks
(ii) Heavy duty pavements including high energy impact compaction and preparation of subgrade to receive pavement structure and associated edge restraints
(iii) Surface water drainage and associated piping works, channels and pits
(iv) Waste water drainage and associated piping works, pits and cesspool
(v) HV, LV and communication conduits and associated pits
(vi) Potable and fire water mains and associated pits, hydrants, meters and valves
(vii) Line marking
(viii) Lighting high mast foundations and lighting high masts installation
(ix) Retaining walls
(x) Fencing, gates, barriers, signage, CCVT/wifi posts and associated foundations
(xi) A prefabricated modular building
(xii) All tie-ins between the Works and adjacent areas/existing services
(b) Contractor Designed Electrical Works
(i) Substation including all switchgear and transformers and integration of new substation into existing 11kV distribution network
(ii) Substation superstructure and foundation
(iii) Extension to the existing SCADA system
(iv) Earthing systems
(v) High mast floodlighting installations
(vi) Installation of electrical control and protection systems including CCTV
(vii) LV electrical distribution and installation works
(viii) HV, LV and communication cabling works
The tentative commencement of site works will be the 1st quarter 2025. The time for completion of the works is 4 months.
The form of contract for this project will be ICE Conditions of Contract 2nd Edition September 2001 version
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
6
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
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Bidders shall complete all relevant sections on the Oracle Procurement Platform. In addition, the Bidders shall also demonstrate in their prequalification that they have the capabilities and experiences of delivering the following but not limited to the disciplines of works and projects of a similar size and complexity.
• Earthworks
• High energy impact compaction
• Heavy duty pavements
• Surface water drainage works
• Services ducting works
• Retaining walls
• Detailed design of substation, HV, LV and SCADA system supplies, network distribution, earthing and protection
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
6 December 2024
Local time
6:00pm
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
Tender must be valid until: 31 January 2025
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