Tender

Contract C2547 - Construction of Berth 6 East Container Storage Yard

  • LONDON GATEWAY PORT LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-037076

Procurement identifier (OCID): ocds-h6vhtk-04b700

Published 15 November 2024, 3:38pm



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

Email

oluchi.nwaiwu@dpworld.com

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

Email

oluchi.nwaiwu@dpworld.com

Telephone

+44 7990566247

Country

United Kingdom