{
    "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"
}