Tender

Cleaning and Associated Services

  • Dover Harbour Board

F05: Contract notice – utilities

Notice identifier: 2021/S 000-014686

Procurement identifier (OCID): ocds-h6vhtk-02a4fb

Published 28 June 2021, 1:25pm



Section one: Contracting entity

one.1) Name and addresses

Dover Harbour Board

Harbour House,Marine Parade

DOVER

CT179BU

Contact

Vix Gladwin

Email

victoria.gladwin@doverport.co.uk

Telephone

+44 1304240400

Country

United Kingdom

NUTS code

UKJ4 - Kent

Internet address(es)

Main address

www.doverport.co.uk

Buyer's address

www.doverport.co.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.doverport.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.doverport.co.uk

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cleaning and Associated Services

two.1.2) Main CPV code

  • 90900000 - Cleaning and sanitation services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract opportunity is for the provision of all Cleaning Services to the Port of Dover

estate.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90900000 - Cleaning and sanitation services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Port of Dover

two.2.4) Description of the procurement

This contract opportunity is for the provision of all Cleaning Services to the Port of Dover

estate.

The estate covers an area of approximately 95 hectares (950,000 m2), with more that 60

(sixty) buildings and structures spread across both the Eastern and Western Docks,

including the seafront, cruise terminals and Dover Cargo Terminal West.

High level scope of services, covering Ferry, Cruise, Cargo and Marina Operations include:

- Cleaning Services

- Planned Preventative Maintenance

- Ground Maintenance

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

30

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: Yes

Description of options

Option for plus 12 months plus 12 months maximum.


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 a single operator

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-007562

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

Date

12 July 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: Yes

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

London

Country

United Kingdom