Tender

London Gateway - BOXBAY Main Works

LONDON GATEWAY PORT LIMITED

This public procurement record has 1 release in its history.

Tender

01 Apr 2026 at 09:33

Summary of the contracting process

The public procurement process entitled "London Gateway - BOXBAY Main Works" is initiated by London Gateway Port Limited, a private utility company based in London. This tender pertains to the construction of an automated high-bay empty container storage facility within an operational port terminal at London Gateway, focusing on structural steel erection work for structures. The procurement is in the Tender stage, with an expression of interest deadline set for 29th April 2026. Located within the UKH32 region in the United Kingdom, the contract is valued at £30,000,000, with a maximum gross amount of £36,000,000 GBP. The procurement is facilitated through a competitive flexible procedure, allowing electronic submissions. The evaluation and selection phase will conclude by 13th July 2026, with the construction expected to commence by 15th July 2026.

This procurement presents substantial growth opportunities for businesses specialising in structural steelwork, civil engineering, and construction. Firms with expertise in the fabrication, supply, and erection of structural steel, as well as those with capabilities in infrastructure works and systems installation, will find this tender particularly fitting. The procurement method is selective, entailing a rigorous evaluation process based on both technical capability and commercial aspects, thereby encouraging established companies with strong credentials in economic and technical spheres to compete. Suppliers will have the opportunity to influence the final contract terms through negotiations, making this a versatile and potentially profitable business venture.

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

Notice Title

London Gateway - BOXBAY Main Works

Notice Description

The BOXBAY Works at the existing MT Park area of London Gateway comprise the demolition of existing below-ground services and the construction of the substructure, superstructure and associated infrastructure required to deliver the BOXBAY automated high-bay empty container storage facility. The works will be undertaken within the constraints of an operational port terminal. The proposed structure will have approximate plan dimensions of 323 m in length and 159 m in width and will rise to approximately 55 m above ground level. The substructure works include the removal of existing underground services and the construction of the below-ground structural, civil and services infrastructure required to form the foundation platform for BOXBAY. The works include the installation of in excess of 5,000 precast piles, nominally 28 m in length, to support an approximately 1.2 m deep reinforced concrete raft foundation. The scope also includes the installation of below-ground services infrastructure, including stormwater drainage systems, electrical service infrastructure, earthing systems, potable water supply and firewater networks. External civil works form part of the project and include the construction of heavy-duty pavements, kerbs and the installation of associated road furniture. Minor building works are also included, comprising the construction of a single-storey masonry office/store building and two concrete-framed, double-storey e-house/transformer buildings. The principal superstructure works include the fabrication, supply and erection of in excess of 15,000 tonnes of structural steelwork, together with approximately 50,000 m2 of external side cladding and a siphonic roof drainage system for 46,500 m2 of roof sheeting. The works also include the construction and installation of two lift cores, six external staircases and 3,0 km of rail for 15 storage retrieval machines (SRM). SRM's supplied by others. The scope further includes internal building services such as fire detection and fire prevention systems, ventilation, thermal insulation, power distribution, IT infrastructure, internal lighting and lightning protection systems.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-067a5e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030185-2026
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

45262420 - Structural steel erection work for structures

Notice Value(s)

Tender Value
£30,000,000 £10M-£100M
Lots Value
£30,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Apr 20263 days ago
Submission Deadline
29 Apr 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
14 Jul 2026 - 14 Jul 2028 2-3 years
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-067a5e-2026-04-01T10:33:21+01:00",
    "date": "2026-04-01T10:33:21+01:00",
    "ocid": "ocds-h6vhtk-067a5e",
    "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-067a5e",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "London Gateway - BOXBAY Main Works",
        "description": "The BOXBAY Works at the existing MT Park area of London Gateway comprise the demolition of existing below-ground services and the construction of the substructure, superstructure and associated infrastructure required to deliver the BOXBAY automated high-bay empty container storage facility. The works will be undertaken within the constraints of an operational port terminal. The proposed structure will have approximate plan dimensions of 323 m in length and 159 m in width and will rise to approximately 55 m above ground level. The substructure works include the removal of existing underground services and the construction of the below-ground structural, civil and services infrastructure required to form the foundation platform for BOXBAY. The works include the installation of in excess of 5,000 precast piles, nominally 28 m in length, to support an approximately 1.2 m deep reinforced concrete raft foundation. The scope also includes the installation of below-ground services infrastructure, including stormwater drainage systems, electrical service infrastructure, earthing systems, potable water supply and firewater networks. External civil works form part of the project and include the construction of heavy-duty pavements, kerbs and the installation of associated road furniture. Minor building works are also included, comprising the construction of a single-storey masonry office/store building and two concrete-framed, double-storey e-house/transformer buildings. The principal superstructure works include the fabrication, supply and erection of in excess of 15,000 tonnes of structural steelwork, together with approximately 50,000 m2 of external side cladding and a siphonic roof drainage system for 46,500 m2 of roof sheeting. The works also include the construction and installation of two lift cores, six external staircases and 3,0 km of rail for 15 storage retrieval machines (SRM). SRM's supplied by others. The scope further includes internal building services such as fire detection and fire prevention systems, ventilation, thermal insulation, power distribution, IT infrastructure, internal lighting and lightning protection systems.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45262420",
                        "description": "Structural steel erection work for structures"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 36000000,
            "amount": 30000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "1. Initial Stage The procurement will commence with the issue of a RFI following the publication of this Tender Notice. Suppliers will be required to submit selection information (e.g. legal, financial, and technical capability as per RFI which will be released on Oracle SCM Tendering platform) Evaluation at this stage will be carried out against the criteria set out in the RFI document. We will shortlist suppliers for subsequent stages based on successfully meeting the RFI 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, 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. Award Criteria Technical 40% Commercial 60% 4. Invitation to Submit Final Tenders (BAFO) Suppliers will be invited to submit a Final Tender / Best and Final Offer (BAFO). Final submissions must fully comply with the specification and contractual requirements. 5. Evaluation and Supplier Selection Final tenders will be evaluated solely against the 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"
        },
        "mainProcurementCategory": "works",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://ehpv.fa.em2.oraclecloud.com/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-04-29T23:59:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-04-29T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-13T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 36000000,
                    "amount": 30000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Breakdown will be detailed in the ITT document/Oracle",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Capability",
                            "description": "Breakdown will be detailed in the ITT document/Oracle",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per RFI and tender documents on Oracle tendering platform"
                        },
                        {
                            "type": "technical",
                            "description": "As per RFI and tender documents on Oracle tendering platform"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-07-15T00:00:00+01:00",
                    "endDate": "2028-07-14T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "030185-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030185-2026",
                "datePublished": "2026-04-01T10:33:21+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}