Buyer Name: LONDON GATEWAY PORT LIMITED
Buyer Address: 16 Palace Street, London, UKI32, SW1E 5JQ, United Kingdom
Contact Email: oluchi.nwaiwu@dpworld.com
Buyer Name: LONDON GATEWAY PORT LIMITED
Buyer Address: 16 Palace Street, London, UKI32, SW1E 5JQ, United Kingdom
Contact Email: oluchi.nwaiwu@dpworld.com
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.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/024069-2026
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 15,000,000
Lot 1 Value (Gross): GBP 18,000,000
Lot 1 Contract Start: 2026-07-01T00:00:00+01:00
Lot 1 Contract End: 2027-06-30T23:59:59+01:00
Lot 1 Award Criterion (quality): Technical Capability (30%)
Lot 1 Award Criterion (price): Commercial (70%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-04341592",
"name": "LONDON GATEWAY PORT LIMITED"
},
"date": "2026-03-17T13:40:13Z",
"id": "024069-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-066c43",
"parties": [
{
"additionalIdentifiers": [
{
"id": "PXWY-9334-MHJV",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SW1E 5JQ",
"region": "UKI32",
"streetAddress": "16 Palace Street"
},
"contactPoint": {
"email": "oluchi.nwaiwu@dpworld.com"
},
"details": {
"classifications": [
{
"description": "Private utility",
"id": "privateUtility",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-COH-04341592",
"identifier": {
"id": "04341592",
"scheme": "GB-COH"
},
"name": "LONDON GATEWAY PORT LIMITED",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-06-30T23:59:59+01:00"
},
"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\u0027s rail freight capacity, improve operational resilience, and support the continued growth of DP Worlds sustainable, low carbon logistics solutions. \nThis expansion represents a strategic enhancement of the port\u0027s 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\u0027s position as a world class logistics and supply chain hub.\nThe Scope of Works covered under this tender include, but are not limited to, the following key elements:\nPermanent Way Works\nConstruction 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\u0026C) 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. \nCivil Engineering Works\nInstallation 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.\nTelecommunications Works\nInstallation 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. \nSignaling Works\nProvision 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. \nElectrical and Plant Works\nNew 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\u0026C units.\nInterfaces and Integration\nManagement 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.\nProject Goals \nUpon 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.\n Programme: It is intended that the Rail works will commence in July 2026 for a duration of 12 months.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-03-17T13:40:13Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "024069-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/024069-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-04-13T23:59:00+01:00"
},
"expressionOfInterestDeadline": "2026-04-13T23:59:00+01:00",
"id": "ocds-h6vhtk-066c43",
"items": [
{
"additionalClassifications": [
{
"description": "Railway construction works",
"id": "45234100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH32"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Breakdown will be detailed in the ITT document/Oracle",
"name": "Technical Capability",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Breakdown will be detailed in the ITT document/Oracle",
"name": "Commercial",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2027-06-30T23:59:59+01:00",
"startDate": "2026-07-01T00:00:00+01:00"
},
"id": "1",
"selectionCriteria": {
"criteria": [
{
"description": "As per PQQ and tender documents on Oracle tendering platform",
"type": "economic"
},
{
"description": "As per PQQ and tender documents on Oracle tendering platform",
"type": "technical"
}
]
},
"status": "active",
"value": {
"amount": 15000000,
"amountGross": 18000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "works",
"procedure": {
"features": "1. Initial Stage \nThe procurement will commence with the issue of a prequalification questionnaire (PQQ) following the publication of this Tender Notice.\nSuppliers 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)\nEvaluation at this stage will be carried out against the criteria set out in the PQQ document.\nWe will shortlist suppliers for subsequent stages based on successfully meeting the PQQ criteria.\n2. Tender Stage\nShortlisted suppliers will be invited to the tender stage\nLondon Gateway Port Limited reserves the right to conduct one or more tendering rounds, which may include:\nMid and Post Tender Clarification meetings,\nNegotiation on technical, commercial and/or contractual aspects of the submissions.\nNegotiation may cover:\nScope refinement,\nService delivery models,\nRisk allocation,\nPricing structures,\nContract terms (excluding any minimum requirements).\nEach round may reduce the number of suppliers progressing, based on evaluation against the stated criteria.\n3. Refinement of Requirements and Award Criteria\nDuring the procedure, London Gateway may refine:\nThe specification and requirements,\nThe evaluation methodology and/or weightings,\nThe procurement documents generally.\nAny refinements will be communicated transparently and simultaneously to all suppliers participating in the relevant stage, ensuring equal treatment.\nNo changes will be made that distort competition or favour any supplier.\n4. Invitation to Submit Final Tenders (BAFO)\nFollowing conclusion of dialogue or negotiation stages, remaining suppliers will be invited to submit a Final Tender / Best and Final Offer (BAFO).\nFinal submissions must fully comply with the finalised specification and contractual requirements.\nNo further negotiation will take place after submission of final tenders unless explicitly stated.\n5. Evaluation and Supplier Selection\nFinal tenders will be evaluated solely against the final award criteria as notified to suppliers.\nThe contract will be awarded to the supplier submitting the most advantageous tender, based on the defined quality and price criteria.\nLondon Gateway will issue a Contract Award Notice, in accordance with statutory requirements.\nContract type - ICE detail design \u0026 build\n6. General Provisions\nLondon Gateway reserves the right to:\nAmend the structure, number of stages, or timetable of the procedure and reduce the number of suppliers at any stage,\nConclude the procedure at any stage without award.\nAll suppliers will be treated equally, and all communications will be conducted in a transparent and auditable manner."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"specialRegime": [
"utilities"
],
"status": "active",
"submissionMethodDetails": "https://ehpv.fa.em2.oraclecloud.com",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "London Gateway - Second Rail Terminal Phase 2",
"value": {
"amount": 15000000,
"amountGross": 18000000,
"currency": "GBP"
}
}
}