Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
MAG Airport PLC
Olympic House, Manchester Airport
Manchester
M90 1QX
UK
Telephone: +44 7796964760
E-mail: Rehan.Rafique@macegroup.com
NUTS: UK
Internet address(es)
Main address: www.magairports.com
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42992
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://esourcing.waxdigital.co.uk/MAG/SignIn.aspx?SCT=0bfb0434-b1be-4d9a-a110-1928876f6f4f
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://esourcing.waxdigital.co.uk/MAG/SignIn.aspx?SCT=0bfb0434-b1be-4d9a-a110-1928876f6f4f
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://esourcing.waxdigital.co.uk/MAG/SignIn.aspx?SCT=0bfb0434-b1be-4d9a-a110-1928876f6f4f
I.6) Main activity
Airport-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Manchester Airport Group Vertical Transportation Framework
Reference number: TP7000 Vertical Transport Package
II.1.2) Main CPV code
45213330
II.1.3) Type of contract
Works
II.1.4) Short description
MAG Framework – New install / Refurbishment
The provision of the MAG Framework is indicative and based on future requirements of all three MAG UK Airport locations which will include, New install / Refurbishment Specification for a minimum period of 3 years. The New install / Refurbishment work will be carried out in line with the capital expenditure Programme.
The scope of these works includes but is not limited to design, supply, install, test, commissioning of new elevators, escalators and auto walkways as well as decommissioning identified Elevators and Escalators. All works where possible will be carried out using Modern Methods of Construction (MMC) and Design for Manufacture & Assembly (DfMA) solutions of modularisation and prefabrication.
There is an immediate requirement which will form the basis of commercial evaluation of the Framework.
Terminal 2 Reconfiguration
8 New Elevators in new Shafts
4 New Elevators in Existing Shafts
6 New Escalators
4 Decommissioning and Removal of Existing Elevators
2 Decommissioning and Removal of Existing Escalators
In addition to the outline Terminal 2 Reconfiguration scope, Contractors will be requested to provide value engineering options to modernise 4 existing Elevators and 2 Escalators in the Terminal 2 area.
Pier 2 Phase 2
11 Node passenger Elevators (3 Storey)
1 Node passenger Elevator (2 Storey)
1 Pier gate Elevator (2 Storey)
1 Pier CIP Passenger Elevator (2 Storey)
1 Pier Goods Elevator (3 Storey) *requirement for beneficial Construction use on temporary power.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
42416100
42416120
42416130
42416400
42416500
42417000
42419500
42419510
42419530
42419540
50740000
50750000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Manchester Airport
East Midlands Airport
Stansted Airport
II.2.4) Description of the procurement
MAG Vertical Transportation Framework
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
up to 24 month extension
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Dun and Bradstreet minimum score required
option to implement a Rapid Rating Financial health assessment
Minimum level(s) of standards required:
D&B risk failure score min 40
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
Provider must have ability to delivery all the services listed in the Tender Documents
III.1.6) Deposits and guarantees required:
As detailed in the procurement documents
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Installation Payment
30 day payment terms from receipt of invoice
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Each member is jointly and severally liable
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
to be included in Tender Documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/09/2022
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
28/09/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
(MT Ref:227158)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
22/08/2022