Construction Contract Leads
East of England
Category Works
Type Tender
No. of Lots 1
Status Active
Published 17th Mar 2026
| Reference | ocds-h6vhtk-066c43 |
| Common Procurement Vocabulary | Railway construction works |
| Procurement Method | Competitive flexible procedure |
| Value | £15,000,000 |
East of England
Category Works
Type Tender
No. of Lots 1
Status Active
Published 17th Mar 2026
| Reference | ocds-h6vhtk-066c43 |
| Common Procurement Vocabulary | Railway construction works |
| Procurement Method | Competitive flexible procedure |
| Value | £15,000,000 |
Scope
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.
Total value (estimated)
- 拢15,000,000 excluding VAT
- 拢18,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 July 2026 to 30 June 2027
- 1 year
Main procurement category
Works
CPV classifications
- 45234100 - Railway construction works
Contract locations
- UKH32 - Thurrock
Participation
Legal and financial capacity conditions of participation
As per PQQ and tender documents on Oracle tendering platform
Technical ability conditions of participation
As per PQQ and tender documents on Oracle tendering platform
Submission
Enquiry deadline
13 April 2026, 11:59pm
Submission type
Requests to participate
Deadline for requests to participate
13 April 2026, 11:59pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
30 June 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Commercial | Breakdown will be detailed in the ITT document/Oracle | Price | 70% |
| Technical Capability | Breakdown will be detailed in the ITT document/Oracle | Quality | 30% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
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.
Contracting authority
LONDON GATEWAY PORT LIMITED
- Companies House: 04341592
- Public Procurement Organisation Number: PXWY-9334-MHJV
16 Palace Street
London
SW1E 5JQ
United Kingdom
Email: oluchi.nwaiwu [at] dpworld.com
Region: UKI32 - Westminster
Organisation type: Private utility
