Section one: Contracting entity
one.1) Name and addresses
MAG Airport PLC
Olympic House, Manchester Airport
Manchester
M90 1QX
Telephone
+44 7796964760
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
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 Group Vertical Transportation Framework
Reference number
TP7000 Vertical Transport Package
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
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.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
- 42416120 - Goods lifts
- 42416130 - Mechanical lifts
- 42416400 - Escalators
- 42416500 - Moving walkways
- 42417000 - Elevators and conveyors
- 42419500 - Parts of lift, skip hoists or escalators
- 42419510 - Parts of lifts
- 42419530 - Parts of escalators
- 42419540 - Parts of moving walkways
- 50740000 - Repair and maintenance services of escalators
- 50750000 - Lift-maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Manchester Airport
East Midlands Airport
Stansted Airport
two.2.4) Description of the procurement
MAG Vertical Transportation Framework
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
up to 24 month extension
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.1.2) 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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
19 September 2022
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 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:227158)
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