Section one: Contracting entity
one.1) Name and addresses
Dover Harbour Board
Harbour House
DOVER
CT17 9BU
Contact
Amy Logan
Telephone
+44 7391017626
Country
United Kingdom
Region code
UKJ44 - East Kent
Dover Harbour Board
Not on any register
Internet address(es)
Main address
https://www.portofdover.com/corporate/suppliers-prospective-suppliers/
Buyer's address
https://www.portofdover.com/corporate/suppliers-prospective-suppliers/
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.6) Main activity
Port-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Consultancy Review of Towage Needs and Provision Models
two.1.2) Main CPV code
- 73220000 - Development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The object of this review is to carry out a full assessment of current and future towage needs at the Port, evaluating all towage provision models matching these requirements, and presenting a conclusion on the most suitable model to fulfil the Ports requirements.
The consultant is expected to respect the sensitive nature of the review, and would be expected to follow stages similar to those outlined, providing regular progress updates, as well as a report at the end of each stage and agreed plan for the next stage which is to be approved by Port of Dover:
Discovery Stage: Current operations, requirements and future needs, including future commercial direction.
Options Stage: Proposal of towage provision models suitable to meeting the needs of the Port, including all in-source, out-source and creative options. To present options and agree approach to Evaluation Stage.
Evaluation and Presentation Stage: Evaluate and comparison of all suitable models, concluding which of those is most suitable, including presentation of market benchmarking and direction taken by other similar Ports.
The review should consider and asses, but not limited to, the following factors for each of the proposed models:
Risks associated with each model, including but not limited to: Commercial, Reputational, Operational, Financial.
Benefits associated with each model.
Whole life comparison of each model.
Investment/financial appraisal of each model/option. Including (but not limited to) NPV, IRR and payback metrics - where applicable. Taking into consideration the complete relevant whole life cost of each option for appropriate comparison.
Working time assessment outlining suitable crewing models and shift patterns to optimise hours of rest, resilience and fulfil operational efficiency.
Shoreside vessel management and support.
Commercial and revenue generating opportunities. Including tariff benchmarking of other Port's and towage providers.
Operational resilience and redundancy.
Safety benefits and challenges.
Challenges to the business in implementing each towage model.
Potential transition and implementation strategy for each model.
Alignment to the Ports Corporate Goals and Values.
Assessment of most suitable vessel size and bollard pull (may be determined by simulation work).
Assessment of most appropriate vessel propulsion system or fuel to align with the Ports Sustainability targets and IMO 2050, including environmental and infrastructure requirement and impact assessment of each.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79419000 - Evaluation consultancy services
- 79420000 - Management-related services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Dover Harbour Board
Dover Harbour Board,
Harbour House,
Marine Parade,
Dover
CT17 9BU
two.2.4) Description of the procurement
The object of this consultancy is to carry out a full assessment of current and future towage needs at the Port, evaluating all towage provision models matching these requirements, and presenting a conclusion on the most suitable model to fulfil the Ports requirements.
two.3) Estimated date of publication of contract notice
31 March 2025
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of expressions of interest
Date
31 January 2025
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English