Tender

London Gateway - Second Rail Terminal Phase 2

LONDON GATEWAY PORT LIMITED

This public procurement record has 1 release in its history.

Tender

17 Mar 2026 at 13:40

Summary of the contracting process

The procurement process initiated by London Gateway Port Limited involves the development of a second rail terminal at the London Gateway Port, Stanford le Hope, aiming to enhance rail freight capacity. Tagged under the category of railway construction works, and valued at £15 million, this project addresses a strategic expansion of intermodal capabilities to support sustainable logistics solutions. The procurement, active as of 17th March 2026, is structured as a competitive flexible procedure, requiring suppliers to meet selection criteria outlined in the prequalification questionnaire (PQQ). The expression of interest deadline is set for 13th April 2026, with contract work scheduled to begin in July 2026 and expected to last for 12 months. The project aims to provide a robust infrastructure to support robotic RMGC operations and reduce carbon impact, with a completion goal of enabling efficient goods movement across the UK.

This tender presents a significant opportunity for businesses in civil engineering, railway infrastructure, telecommunications, signalling, and electrical works to engage in the expansion of one of the UK's key logistics hubs. Companies with expertise in sustainable logistics solutions, and those capable of managing complex interfaces and integrations with existing infrastructure, are well-suited to compete. The selective procurement method ensures only capable suppliers, based on their technical capability and commercial proposals, advance through the multi-stage tendering process. By participating, businesses can demonstrate their capacity to contribute to greener freight transport solutions while potentially securing a substantial contract aiding in their growth and development.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

London Gateway - Second Rail Terminal Phase 2

Notice Description

DP World is undertaking the expansion of its London Gateway Port facility at Stanford le Hope, through the development of a new second rail terminal located to the west of the existing eastern operational rail facility. This investment will significantly increase the port's rail freight capacity, improve operational resilience, and support the continued growth of DP Worlds sustainable, low carbon logistics solutions. This expansion represents a strategic enhancement of the port's intermodal capability, enabling faster, more efficient movement of goods across the UK and supporting national objectives for greener freight transport. The new terminal will play a key role in accommodating future demand and maintaining London Gateway's position as a world class logistics and supply chain hub. The Scope of Works covered under this tender include, but are not limited to, the following key elements: Permanent Way Works Construction of new railway infrastructure to serve the second terminal including plain line track, and associated components in a phase installation sequence delivering five new sidings (7 to 11) to compliment the two sidings (12 and 13) already constructed during Phase 1/1A of the works, which are currently in operation. Installation and integration of 21 new switches and crossings (S&C) required to connect the new terminal to the existing rail network corridor as well as providing more route paths for trains entering and exiting the existing eastern rail terminal. Civil Engineering Works Installation of a circa 850m long reinforced concrete crane rail beam with pre-cast concrete pile foundations and its associated mechanical chambers to allow Rail Mounted Gantry Crane (RMGC) operations within the new terminal. Earthworks, formation preparation, track drainage and utility diversions necessary to support the new terminal infrastructure. Construction of numerous ancillary civils foundation bases, walkways, cable routes and under track crossings for the new signalling, telecommunications and electrical plant equipment, shunters cabin and REB building. Telecommunications Works Installation of new and relocation of existing Operational Telecoms and SiSS systems assets including CCTV cameras, signal post and point zone telephones and the shunters panel concentrator. Signaling Works Provision of new and relocation of existing signaling assets, including lineside equipment, control system modifications in the form of new Shunters Cabin housing an updated control panel to operate both rail terminals, and associated REB for the signaling system interlocking. These assets will be constructed in a staged delivery to align with the permanent way phasing, to ensure full operational compatibility. Installation of new signaling track circuits to both the western and eastern terminals will enable operation of both facilities from the one new control panel. Testing, commissioning and integration of all new rail systems with existing operational infrastructure as well as update to the Upminster IECC workstation screens. Electrical and Plant Works New power supplies to the various disciplines line side equipment, shunters cabin and REB, as well as new points heating assets for both the western and existing eastern rail terminal S&C units. Interfaces and Integration Management of all interfaces with existing rail infrastructure, port operations, utilities, and third party stakeholders. Development of staging plans to minimise operational disruption and ensure safe working adjacent to live rail and port environments. Coordination with existing port operations to ensure safe and continuous functionality during construction. Project Goals Upon completion, the new rail terminal will provide; increased rail served capacity for containerised freight, enhanced operational flexibility and resilience, deliver infrastructure capable of supporting robotic next generation RMGC equipment and improved efficiency as well as reduce the ports carbon impact through expanded rail freight capability. Programme: It is intended that the Rail works will commence in July 2026 for a duration of 12 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066c43
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024069-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45234100 - Railway construction works

Notice Value(s)

Tender Value
£15,000,000 £10M-£100M
Lots Value
£15,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Mar 20262 weeks ago
Submission Deadline
13 Apr 20262 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON GATEWAY PORT LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1E 5JQ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLH32 Thurrock

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-066c43-2026-03-17T13:40:13Z",
    "date": "2026-03-17T13:40:13Z",
    "ocid": "ocds-h6vhtk-066c43",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-04341592",
            "name": "LONDON GATEWAY PORT LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04341592"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PXWY-9334-MHJV"
                }
            ],
            "address": {
                "streetAddress": "16 Palace Street",
                "locality": "London",
                "postalCode": "SW1E 5JQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "oluchi.nwaiwu@dpworld.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-04341592",
        "name": "LONDON GATEWAY PORT LIMITED"
    },
    "tender": {
        "id": "ocds-h6vhtk-066c43",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "London Gateway - Second Rail Terminal Phase 2",
        "description": "DP World is undertaking the expansion of its London Gateway Port facility at Stanford le Hope, through the development of a new second rail terminal located to the west of the existing eastern operational rail facility. This investment will significantly increase the port's rail freight capacity, improve operational resilience, and support the continued growth of DP Worlds sustainable, low carbon logistics solutions. This expansion represents a strategic enhancement of the port's intermodal capability, enabling faster, more efficient movement of goods across the UK and supporting national objectives for greener freight transport. The new terminal will play a key role in accommodating future demand and maintaining London Gateway's position as a world class logistics and supply chain hub. The Scope of Works covered under this tender include, but are not limited to, the following key elements: Permanent Way Works Construction of new railway infrastructure to serve the second terminal including plain line track, and associated components in a phase installation sequence delivering five new sidings (7 to 11) to compliment the two sidings (12 and 13) already constructed during Phase 1/1A of the works, which are currently in operation. Installation and integration of 21 new switches and crossings (S&C) required to connect the new terminal to the existing rail network corridor as well as providing more route paths for trains entering and exiting the existing eastern rail terminal. Civil Engineering Works Installation of a circa 850m long reinforced concrete crane rail beam with pre-cast concrete pile foundations and its associated mechanical chambers to allow Rail Mounted Gantry Crane (RMGC) operations within the new terminal. Earthworks, formation preparation, track drainage and utility diversions necessary to support the new terminal infrastructure. Construction of numerous ancillary civils foundation bases, walkways, cable routes and under track crossings for the new signalling, telecommunications and electrical plant equipment, shunters cabin and REB building. Telecommunications Works Installation of new and relocation of existing Operational Telecoms and SiSS systems assets including CCTV cameras, signal post and point zone telephones and the shunters panel concentrator. Signaling Works Provision of new and relocation of existing signaling assets, including lineside equipment, control system modifications in the form of new Shunters Cabin housing an updated control panel to operate both rail terminals, and associated REB for the signaling system interlocking. These assets will be constructed in a staged delivery to align with the permanent way phasing, to ensure full operational compatibility. Installation of new signaling track circuits to both the western and eastern terminals will enable operation of both facilities from the one new control panel. Testing, commissioning and integration of all new rail systems with existing operational infrastructure as well as update to the Upminster IECC workstation screens. Electrical and Plant Works New power supplies to the various disciplines line side equipment, shunters cabin and REB, as well as new points heating assets for both the western and existing eastern rail terminal S&C units. Interfaces and Integration Management of all interfaces with existing rail infrastructure, port operations, utilities, and third party stakeholders. Development of staging plans to minimise operational disruption and ensure safe working adjacent to live rail and port environments. Coordination with existing port operations to ensure safe and continuous functionality during construction. Project Goals Upon completion, the new rail terminal will provide; increased rail served capacity for containerised freight, enhanced operational flexibility and resilience, deliver infrastructure capable of supporting robotic next generation RMGC equipment and improved efficiency as well as reduce the ports carbon impact through expanded rail freight capability. Programme: It is intended that the Rail works will commence in July 2026 for a duration of 12 months.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45234100",
                        "description": "Railway construction works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 18000000,
            "amount": 15000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "1. Initial Stage The procurement will commence with the issue of a prequalification questionnaire (PQQ) following the publication of this Tender Notice. Suppliers will be required to submit selection information (e.g. legal, financial, and technical capability as per PQQ which will be released on Oracle SCM Tendering platform) Evaluation at this stage will be carried out against the criteria set out in the PQQ document. We will shortlist suppliers for subsequent stages based on successfully meeting the PQQ criteria. 2. Tender Stage Shortlisted suppliers will be invited to the tender stage London Gateway Port Limited reserves the right to conduct one or more tendering rounds, which may include: Mid and Post Tender Clarification meetings, Negotiation on technical, commercial and/or contractual aspects of the submissions. Negotiation may cover: Scope refinement, Service delivery models, Risk allocation, Pricing structures, Contract terms (excluding any minimum requirements). Each round may reduce the number of suppliers progressing, based on evaluation against the stated criteria. 3. Refinement of Requirements and Award Criteria During the procedure, London Gateway may refine: The specification and requirements, The evaluation methodology and/or weightings, The procurement documents generally. Any refinements will be communicated transparently and simultaneously to all suppliers participating in the relevant stage, ensuring equal treatment. No changes will be made that distort competition or favour any supplier. 4. Invitation to Submit Final Tenders (BAFO) Following conclusion of dialogue or negotiation stages, remaining suppliers will be invited to submit a Final Tender / Best and Final Offer (BAFO). Final submissions must fully comply with the finalised specification and contractual requirements. No further negotiation will take place after submission of final tenders unless explicitly stated. 5. Evaluation and Supplier Selection Final tenders will be evaluated solely against the final award criteria as notified to suppliers. The contract will be awarded to the supplier submitting the most advantageous tender, based on the defined quality and price criteria. London Gateway will issue a Contract Award Notice, in accordance with statutory requirements. Contract type - ICE detail design & build 6. General Provisions London Gateway reserves the right to: Amend the structure, number of stages, or timetable of the procedure and reduce the number of suppliers at any stage, Conclude the procedure at any stage without award. All suppliers will be treated equally, and all communications will be conducted in a transparent and auditable manner."
        },
        "mainProcurementCategory": "works",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://ehpv.fa.em2.oraclecloud.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-04-13T23:59:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-04-13T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-30T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 18000000,
                    "amount": 15000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Capability",
                            "description": "Breakdown will be detailed in the ITT document/Oracle",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Breakdown will be detailed in the ITT document/Oracle",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per PQQ and tender documents on Oracle tendering platform"
                        },
                        {
                            "type": "technical",
                            "description": "As per PQQ and tender documents on Oracle tendering platform"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2027-06-30T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "024069-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024069-2026",
                "datePublished": "2026-03-17T13:40:13Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}