Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Manchester Airport Terminal 2 Reconfiguration - TP2800 Steelwork

  • First published: 14 May 2022
  • Last modified: 14 May 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03379e
Published by:
MAG Airport PLC
Authority ID:
AA82507
Publication date:
14 May 2022
Deadline date:
17 June 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Terminal 2 reconfiguration TP2800 Steelwork

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

MAG Airport PLC

Olympic House, Manchester Airport

Manchester

M90 1QX

UK

Contact person: Raja Clair

Telephone: +44 8712710711

E-mail: raja.clair@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

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


Tenders or requests to participate must be sent to the abovementioned address


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 Terminal 2 Reconfiguration - TP2800 Steelwork

Reference number: TP2800 Steelwork

II.1.2) Main CPV code

45223210

 

II.1.3) Type of contract

Works

II.1.4) Short description

TP2800 Structural Steel

The scope of these works includes:

- Removal of structural steel

- Installation of new steelwork

- Steel strengthening

The works cover the terminal building, the East VCC and the South VCC and will commence on the

completion of sections of the demolition works as per site programme. All steelwork removal from the

existing structure is within the scope of this package and outside of the demolition works package. The

steelwork will complete prior to MEP installation and fit out activities.

Through market intelligence, gathered through recent procurements, we estimate a 16 week lead

time, based on a 10 week delivery timeframe and 6 weeks for fabrication.

II.1.5) Estimated total value

Value excluding VAT: 6 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45223210

II.2.3) Place of performance

NUTS code:

UKD34


Main site or place of performance:

Manchester Airport

II.2.4) Description of the procurement

Terminal 2 reconfiguration TP2800 Steelwork

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:

Extension of Time

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Proven Track record demonstrated by case study evdience

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.1.4) 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: 17/06/2022

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 24/06/2022

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:226276)

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

13/05/2022

Coding

Commodity categories

ID Title Parent category
45223210 Structural steelworks Structures construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
raja.clair@macegroup.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.