Opportunity

Re-Ordering of Outbound Controls - Main Works

  • Dover Harbour Board

F05: Contract notice – utilities

Notice reference: 2021/S 000-028686

Published 17 November 2021, 12:17pm



Section one: Contracting entity

one.1) Name and addresses

Dover Harbour Board

Harbour House, Marine Parade

DOVER

CT17 9BU

Contact

Dan Wells

Email

PODprocurement@doverport.co.uk

Telephone

+44 1304240400

Country

United Kingdom

NUTS code

UKJ44 - East Kent

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
  • 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
  • 45241100 - Quay construction work
  • 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
  • 45331100 - Central-heating installation work
  • 45332000 - Plumbing and drain-laying work
  • 45342000 - Erection of fencing

two.2.3) Place of performance

NUTS codes
  • UKJ44 - East Kent

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:

• Demolition and services diversions,

• 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 & street furniture,

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

• High mast lighting, CCTV and variable message signage,

• MEICA Installations.

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

1 August 2022

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

Further information on the project including outline design and estimated cost range of the scheme, is available in the PQQ document pack which is freely available on request from Dan Wells via the email PODprocurement@doverport.co.uk

Request for the PQQ must be received at PODprocurement@doverport.co.uk by 06 December 2021 at the latest.

The submission date for returning your completed PQQ is 19 December 2021.


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

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-024565

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

Date

6 December 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

High Court of England and Wales

London

Country

United Kingdom