Section one: Contracting entity
one.1) Name and addresses
MAG Airport Limited
Olympic House, Manchester Airport
Manchester
M90 1QX
Contact
Raja Clair
Telephone
+44 8712710711
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42992
one.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 above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned 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
one.6) Main activity
Airport-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Manchester Airport Terminal 2 Reconfiguration - TP1000 Logistics Package
Reference number
TP1000 Logistics Package
two.1.2) Main CPV code
- 45100000 - Site preparation work
two.1.3) Type of contract
Works
two.1.4) Short description
MAG shall appoint a single suitably qualified and experienced Logistics Contractor to provide works and services for the T2 Reconfiguration Programme.
Scope deliverables including but not limited to the following:
Management of Logistics and Material Distribution in the Working Area (Airside and Landside)
Hoist Operators & Management
Provision of Scaffolding
Provide Fire points & Fire Marshalls
Provide Forklifts & Drivers
Provision of Site Security (Guards, Hoardings & Access Control)
Delivery management & systems (D.M.S.)
Provision of Daily Welfare Cleaning
Provision of General Handyman Works
Permits to Work
Traffic Management (personnel & equipment)
Progressive Cleaning (with waste management team)
Removal of Rubbish and Waste from site
Supply and Management of Access Control Systems & CCTV
Delivery checking at Logistics Staging Area (LSA) prior to entry to site
Prepare Waste Clearance Notices
Coordinate on site storage areas
Provide First Aid Staff and Consumables
Supply of Compound Consumables
Supply of Canteen White Goods
Supply and Install of Site Signage
Supply and maintenance of Fire Extinguishers
Management of hot works
Production and coordination of hoist schedules
Production and coordination of delivery schedules
Production and coordination of all deliveries
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
two.2.3) Place of performance
NUTS codes
- UKD34 - Greater Manchester South West
two.2.4) Description of the procurement
Terminal 2 reconfiguration
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
36
This contract is subject to renewal
Yes
Description of renewals
Extension of Time
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Pre Qualification Questionnaire to demonstrate proven track record
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend scope to include Airport Pier 2 reconfiguration
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.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 possibly required
D&B risk failure score min 40
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Provider must have ability to delivery all the services listed in the Tender Documents
three.1.6) Deposits and guarantees required
As detailed in the procurement documents
three.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
three.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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
to be included in Tender 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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 May 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 July 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
(MT Ref:226178)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit