Opportunity

Re-Ordering of Outbound Controls - Main Works

  • Dover Harbour Board

F05: Contract notice – utilities

Notice reference: 2023/S 000-002426

Published 26 January 2023, 1:55pm



Section one: Contracting entity

one.1) Name and addresses

Dover Harbour Board

Harbour House,Marine Parade

DOVER

CT179BU

Contact

Dan Wells

Email

PODprocurement@doverport.co.uk

Country

United Kingdom

NUTS code

UKJ44 - East Kent

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.doverport.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.doverport.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.doverport.co.uk

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Re-Ordering of Outbound Controls - Main Works

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Re-ordering of Outbound Controls project is a mix of demolition, construction of new buildings and structures, paving/civils/groundworks and associated infrastructure works required as part of the re-ordering of the Port of Dover's existing outbound border controls and check-in facilities for traffic leaving the UK.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45213100 - Construction work for commercial buildings
  • 45213300 - Buildings associated with transport
  • 45213340 - Construction work for buildings relating to water transport
  • 45213341 - Ferry terminal building construction work
  • 45213342 - Ro-ro terminal construction work
  • 45213350 - Construction work for buildings relating to various means of transport
  • 45221250 - Underground work other than tunnels, shafts and subways
  • 45223210 - Structural steelworks
  • 45223300 - Parking lot construction work
  • 45223800 - Assembly and erection of prefabricated structures
  • 45233100 - Construction work for highways, roads
  • 45233120 - Road construction works
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233200 - Various surface works
  • 45233221 - Road-surface painting work
  • 45233222 - Paving and asphalting works
  • 45241400 - Dock construction work
  • 45241600 - Installation of port lighting equipment
  • 45262400 - Structural steel erection work
  • 45311000 - Electrical wiring and fitting work
  • 45315100 - Electrical engineering installation works
  • 45316213 - Installation of traffic guidance equipment
  • 45321000 - Thermal insulation work
  • 45332000 - Plumbing and drain-laying work
  • 45342000 - Erection of fencing

two.2.3) Place of performance

NUTS codes
  • UKJ44 - East Kent
Main site or place of performance

Port of Dover

two.2.4) Description of the procurement

The Re-ordering of Outbound Controls project is a mix of demolition, construction of new buildings and structures, paving/civils/groundworks and associated infrastructure works required as part of the re-ordering of the Port of Dover's existing outbound border controls and check-in facilities for traffic leaving the UK.

These works include but are not limited to the following:

• Provision of ECI services,

• Demolition and services diversions,

• Void filling of suspended concrete deck area,

• Paving construction and below ground infrastructure,

• New buildings, Solar PV and sheds,

• New prefabricated kiosks and overhead canopies,

• Existing building refurbishment,

• New Port (highways) paving construction,

• Associated highways infrastructure and street furniture,

• New fencing, access-controlled turnstiles, gates and barriers,

• High mast lighting, CCTV and variable message signage,

• MEICA Installations.

To request the PQQ pack and express interest in this procurement contact:

PODprocurement@doverport.co.uk

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

16 October 2023

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.14) Additional information

To request the PQQ pack and express interest in this procurement contact:

PODprocurement@doverport.co.uk


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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 tenders or requests to participate

Date

1 March 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom