Section one: Contracting entity
one.1) Name and addresses
Dover Harbour Board
Harbour House, Marine Parade
DOVER
CT17 9BU
Contact
Ellenor Hadlow
podprocurement@doverport.co.uk
Country
United Kingdom
NUTS code
UKJ44 - East Kent
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.doverport.co.uk/port/commercial/tender-opportunites/
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/port/commercial/tender-opportunites/
one.6) Main activity
Port-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Consultancy Services for the Built Environment and Port Infrastructure
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Procurement of Framework Agreements for professional services and consultancy services to support the design and development of the built environment and Port infrastructure requirements across the entire Port of Dover estate for a multi-year period.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71311100 - Civil engineering support services
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71313100 - Noise-control consultancy services
- 71313400 - Environmental impact assessment for construction
- 71313410 - Risk or hazard assessment for construction
- 71313420 - Environmental standards for construction
- 71313430 - Environmental indicators analysis for construction
- 71313440 - Environmental Impact Assessment (EIA) services for construction
- 71313450 - Environmental monitoring for construction
- 71314000 - Energy and related services
- 71315000 - Building services
- 71317000 - Hazard protection and control consultancy services
- 71319000 - Expert witness services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71322100 - Quantity surveying services for civil engineering works
- 71322300 - Bridge-design services
- 71322500 - Engineering-design services for traffic installations
- 71324000 - Quantity surveying services
- 71326000 - Ancillary building services
- 71327000 - Load-bearing structure design services
- 71328000 - Verification of load-bearing structure design services
- 71332000 - Geotechnical engineering services
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
- 71336000 - Engineering support services
- 71337000 - Corrosion engineering services
- 71351500 - Ground investigation services
- 71351900 - Geology, oceanography and hydrology services
- 71351923 - Bathymetric surveys services
- 71351924 - Underwater exploration services
- 71353000 - Surface surveying services
- 71354500 - Marine survey services
- 71510000 - Site-investigation services
- 71520000 - Construction supervision services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71631100 - Machinery-inspection services
- 71631300 - Technical building-inspection services
- 71631400 - Technical inspection services of engineering structures
- 71631420 - Maritime safety inspection services
- 71631450 - Bridge-inspection services
- 71631480 - Road-inspection services
- 71632000 - Technical testing services
- 71800000 - Consulting services for water-supply and waste consultancy
- 79418000 - Procurement consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ44 - East Kent
Main site or place of performance
Entire Port of Dover estate includes;
- Eastern Docks
- Western Docks
- Seafront estate
- Ancillary sites connected to the main Port location
two.2.4) Description of the procurement
The Port of Dover is one of the busiest international ferry ports in the world and the second busiest UK cruise port. The Port operations includes ferry berths and facilities at the Eastern Docks; cargo, cruise, aggregate, marina berths and facilities at the Western Docks including a Customs clearance facility for freight; seafront and other properties.
This new professional services framework represents an exciting opportunity for you to collaborate with the Port team and be part of projects that will have a significant and lasting impact on our national critical infrastructure here at the Port.
The scope of this professional services framework is expected to be covered under the following key areas:
· Architectural services;
· Civils, Highways, Maritime and Structural services;
· Mechanical and Electrical services;
· Commercial and PMO services;
· Asset Management services;
· Strategic Support services.
To request the PQQ documents please email podprocurement@doverport.co.uk quoting the Publication Reference for this Notice.
The deadline to request the PQQ documents is 15 days from the issue date of this notice.
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
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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
28 March 2021
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
Institution of Civil Engineers
London
Country
United Kingdom