Opportunity

Port of Dover Maintenance Dredging 2024-2028

  • Dover Harbour Board

F05: Contract notice – utilities

Notice reference: 2024/S 000-005604

Published 21 February 2024, 8:59am



Section one: Contracting entity

one.1) Name and addresses

Dover Harbour Board

Harbour House, Marine Parade,

Dover

CT17 9BU

Contact

Amy Logan

Email

amy.logan@portofdover.com

Telephone

+44 7391017626

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.portofdover.com/

Buyer's address

https://www.portofdover.com/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.portofdover.com

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Port of Dover Maintenance Dredging 2024-2028

two.1.2) Main CPV code

  • 98360000 - Marine services

two.1.3) Type of contract

Services

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98360000 - Marine services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

The Port of Dover

two.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.

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

2 September 2024

This contract is subject to renewal

Yes

Description of renewals

4 year Framework with 1+1 extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

4 year Framework with 1+1 extension


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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 a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 March 2024

Local time

10:00am

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

English

four.2.7) Conditions for opening of tenders

Date

18 March 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom