Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Dover Harbour Board
Harbour House, Marine Parade,
Dover
CT17 9BU
UK
Contact person: Amy Logan
Telephone: +44 7391017626
E-mail: amy.logan@portofdover.com
NUTS: UKJ44
Internet address(es)
Main address: https://www.portofdover.com/
Address of the buyer profile: https://www.portofdover.com/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.portofdover.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.portofdover.com
I.6) Main activity
Port-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Port of Dover Maintenance Dredging 2024-2028
II.1.2) Main CPV code
98360000
II.1.3) Type of contract
Services
II.1.4) Short description
The works consist of the maintenance dredging of the berth, basins and approaches in the Port of Dover. The primary scope of works is the restoration of advertised depths within the Inner Harbour, Outer Harbour and the Eastern Docks. Dredging shall be carried out by trailing suction hopper dredger only. Bed levelling is also permitted. The sediment sample test results classify the sediment as the fine sandy silt.
With respect to disposal, material from the Port of Dover can only be placed at the designated offshore disposal site, DV010.
Any navigation beacons which have to be removed in connection with the Contract will be removed and re-established by the Contractor.
Pre-dredge surveys to be carried outby Employer using a multi-beam echo sounder, resulting in near total seabed coverage, intermediate or during dredge surveys conducted by the contractor will be verified by the Employer.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
98360000
II.2.3) Place of performance
NUTS code:
UKJ
Main site or place of performance:
The Port of Dover
II.2.4) Description of the procurement
The works consist of the maintenance dredging of the berth, basins and approaches in the Port of Dover. The primary scope of works is the restoration of advertised depths within the Inner Harbour, Outer Harbour and the Eastern Docks. Dredging shall be carried out by trailing suction hopper dredger only. Bed levelling is also permitted. The sediment sample test results classify the sediment as the fine sandy silt.
With respect to disposal, material from the Port of Dover can only be placed at the designated offshore disposal site, DV010.
Any navigation beacons which have to be removed in connection with the Contract will be removed and re-established by the Contractor.
Pre-dredge surveys to be carried outby Employer using a multi-beam echo sounder, resulting in near total seabed coverage, intermediate or during dredge surveys conducted by the contractor will be verified by the Employer.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
02/09/2024
This contract is subject to renewal: Yes
Description of renewals:
4 year Framework with 1+1 extension
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
4 year Framework with 1+1 extension
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/03/2024
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
18/03/2024
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
21/02/2024