Section one: Contracting authority/entity
one.1) Name and addresses
Dover Harbour Board
Harbour House, Marine Parade
DOVER
CT179BU
Contact
Louise Hooley
PodProcurement@portofdover.com
Telephone
+44 1304240400
Country
United Kingdom
Region code
UKJ44 - East Kent
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Port of Dover Operational Maintenance & Compliance
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Dover Harbour Board is in the process of developing its approach to the future procurement strategy for operational maintenance and compliance works within the Port of Dover. This RFI is seeking to understand different contracting and delivery models for the provision of maintenance, reactive and pre planned maintenance works in an operational environment.
Dover Harbour Board, a Statutory Corporation, is the owner and operator of the Port of Dover, one of the busiest international ferry ports in the world and the second busiest UK cruise port.
The core business is the accommodation of the roll-on/roll-off ferry activity on the short sea route to Calais, France, however other commercial activities are conducted, including cruise, cargo, marina and residential.
Trade at the Port consists of freight and tourist vehicles, ferry and cruise passengers, conventional deep sea cargos and aggregate. The Port is open 24/7 on every day of the year except Christmas day.
Section six. Complementary information
six.6) Original notice reference
Notice number: 2023/S 000-026888
Section seven. Changes
seven.1) Information to be changed or added
seven.1.2) Text to be corrected in the original notice
Section number
IV.2.2
Instead of
Date
30 November 2023
Read
Date
6 October 2023
seven.2) Other additional information
Please note this is inviting the supply chain to demonstrate delivery options they are currently working on in other operational environments, which may influence our procurement strategy. The date for responses has been brought forward to 6th October 2023.