Tender

Security Services at London Gateway Port and Southampton

  • LONDON GATEWAY PORT LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-037270

Procurement identifier (OCID): ocds-h6vhtk-04bcb0

Published 18 November 2024, 5:35pm



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

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

Security Services at London Gateway Port and Southampton

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

DP World London Gateway and DP World Southampton are looking to appoint a contractor for its security services contract

The Tender has been structured in 2 stages - Prequalification (PQQ)/RFI and Tender stage. If you are successful at the prequalification stage then you'll move on to the tender stage

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

DP World London Gateway and DP World Southampton are looking to appoint a contractor for its security services contract

The Tender has been structured in 2 stages - Prequalification (PQQ)/RFI and Tender stage. If you are successful at the prequalification stage then you'll move on to the tender stage

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

36

This contract is subject to renewal

Yes

Description of renewals

1

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

Minimum level(s) of standards possibly required

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

Minimum level(s) of standards possibly required

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 required services


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

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

13 January 2025

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: 2 June 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