Opportunity

Manchester Airport Terminal 2 Reconfiguration - TP1000 Logistics Package

  • MAG Airport Limited

F05: Contract notice – utilities

Notice reference: 2022/S 000-011385

Published 3 May 2022, 4:03pm



Section one: Contracting entity

one.1) Name and addresses

MAG Airport Limited

Olympic House, Manchester Airport

Manchester

M90 1QX

Contact

Raja Clair

Email

raja.clair@macegroup.com

Telephone

+44 8712710711

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.magairports.com

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

Email

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