Opportunity

Manchester Airport Pier 2 Phase 2 - TP2300 Shell & Core

  • MAG Airport PLC

F05: Contract notice – utilities

Notice reference: 2022/S 000-021549

Published 5 August 2022, 12:11pm



Section one: Contracting entity

one.1) Name and addresses

MAG Airport PLC

Olympic House, Manchester Airport

Manchester

M90 1QX

Contact

Rehan Rafique

Email

Rehan.Rafique@macegroup.com

Telephone

+44 7796964760

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

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

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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.6) Main activity

Airport-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Manchester Airport Pier 2 Phase 2 - TP2300 Shell & Core

Reference number

TP2300 Shell & Core

two.1.2) Main CPV code

  • 45213330 - Construction work for buildings relating to air transport

two.1.3) Type of contract

Works

two.1.4) Short description

TP2300 Shell & Core

The scope of these works includes:

Design, manufacture/supply and install elements to construct Pier body onto pre-installed foundations as per MAG project team overall design.

Pier body to consist of: -

-Structural chassis consisting of elements placed on a recti-linear grid as defined in architectural layouts.

-Preassembled/premanufactured flooring systems

-Preassembled façade cassettes

-Preassembled roofing cassettes

-Premanufactured staircases

-Premanufactured lift shafts

-Premanufactured service risers

Pier body construction to utilise overall preassembly of elements e.g.

-Modular sections of structural chassis preassembled

-Installing premanufactured floor, façade, and roof sections directly onto preassembled modular assemblies

-Integration of other packages into preassembled modular assemblies e.g., MEP package 6300 – prefabricated plantrooms, Risers, Service modules etc

The Pier will be constructed over a 17-month period from Q3, 2023 to Q4, 2024.

two.1.5) Estimated total value

Value excluding VAT: £22,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45213330 - Construction work for buildings relating to air transport
  • 45260000 - Roof works and other special trade construction works
  • 45223810 - Prefabricated constructions
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 45235100 - Construction work for airports
  • 45235110 - Construction work for airfields
  • 45223210 - Structural steelworks
  • 45443000 - Facade work
  • 44211000 - Prefabricated buildings

two.2.3) Place of performance

NUTS codes
  • UKD34 - Greater Manchester South West
Main site or place of performance

Manchester Airport

two.2.4) Description of the procurement

Pier 2 Phase 2 TP2300 Shell & Core

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

If required, 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: No

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 evidence

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

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.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

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 August 2022

Local time

12:00pm

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

6 September 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:226989)

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