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
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
Telephone
+44 7990566247
Country
United Kingdom