Opportunity

Manchester Airport Pier 2 Phase 2 - TP6300 MEP Package

  • MAG Airport Limited

F05: Contract notice – utilities

Notice reference: 2022/S 000-025084

Published 7 September 2022, 12:48pm



Section one: Contracting entity

one.1) Name and addresses

MAG Airport Limited

Olympic House, Manchester Airport

Manchester

M90 1QX

Contact

Rehan Rafique

Email

Rehan.Rafique@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 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 - TP6300 MEP Package

Reference number

TP6300 MEP

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

Pier 2 Phase 2 - TP6300 MEP

MAG shall appoint a suitably qualified and experienced MEP Contractor(s) to provide Design and Build services for the Pier 2 Phase 2 MEP Package at Manchester Airport.

The scope of these works includes:

but is not limited to design, supply, install, test and commissioning of mechanical, electrical, fire life safety, IT and ELV systems to achieve a BREEAM rating of very good and where possible using MMC and DFMA solutions of modularisation and prefabrication. Provide labour off site to supply and install, into the Fixed Links & Nodes (FLANs) kit of parts, are all required elements within this package.

The anticipated value of MEP works is estimated at 16m GBP, across a 24 month period across design, manufacture, install, test and commission with a physical 12 month install, test and commission period.

The Procurement Model is currently envisaged a Two Stage Design and Build upon RIBA Stage 3 with a Early Contractor Involvement agreement (ECI) running through RIBA Stage 4

two.1.5) Estimated total value

Value excluding VAT: £16,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71333000 - Mechanical engineering services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 45315100 - Electrical engineering installation works
  • 71334000 - Mechanical and electrical engineering services

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

TP6300 MEP

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: 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

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 deliver 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

29 September 2022

Local time

5:00pm

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

7 October 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:227273)

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