Section one: Contracting entity
one.1) Name and addresses
MAG Airport LTD
Olympic House, Manchester Airport
Manchester
M901QX
Contact
Lauren O'Neill
Telephone
+44 7711574271
Country
United Kingdom
Region code
UKD33 - Manchester
Companies House
11748654
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://esourcing.waxdigital.co.uk/MAG/Signin.aspx
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
one.6) Main activity
Airport-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID5169 - Small Item X-Ray Screening Equipment
Reference number
ID5169
two.1.2) Main CPV code
- 35121000 - Security equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Provision of Small Item X-Ray Screening Equipment for Manchester Airport, East Midlands Airport and Stansted Airport. MAG Airports Ltd reserves the right to incorporate current and/or future airports into the scope of this contract at a future date.
two.1.5) Estimated total value
Value excluding VAT: £2,400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34960000 - Airport equipment
- 50610000 - Repair and maintenance services of security equipment
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
- UKF2 - Leicestershire, Rutland and Northamptonshire
- UKH3 - Essex
Main site or place of performance
Manchester Airport, East Midlands Airport and Stansted Airport.
two.2.4) Description of the procurement
MAG Airport LTD is looking to purchase approximately 46 Small Item X-Rays and associated optional maintenance services, for use at Manchester Airport, East Midlands Airport and Stansted Airport. As part of the passenger screening process, items may be left on a person which require secondary screening. These items can include, but are not limited to, coins and belts. In this scenario, the Department for Transport has advised that Explosive Detection Systems for Cabin Baggage ("EDSCB") equipment or a Small Items X-ray can be used to screen small personal items which may be found on the passenger during the security scanner or body search process. The use of Small Item X-Rays helps to reduce time during the security screening process by enabling passengers to exit the body scanner and process small items without having to process back to divest items into the main EDSCB equipment.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The procurement process will be a multi-stage process consisting of PQQ and ITN phases and shall be managed through MAGSource. Any bidders interesting participating in this procurement must self-register via the MAGSource portal which can be accessed here: https;//esourcing.waxdigital.co.uk/MAG/Signin.aspx
Once registered, please email Lauren.ONeill@magairports.com to be included in the event. Bidders must register on MAGSource and contact the nominated MAG contact stated above in order to be included in the PQQ stage.
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
N/A
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
All contract performance conditions will be contained with the PQQ and ITN.
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
In the case of framework agreements, provide justification for any duration exceeding 8 years:
N/A
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 January 2023
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: 6 (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.4) Procedures for review
six.4.1) Review body
MAG Group Legal
Olympic House, Manchester Airport
Manchester
M90 1QX
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
MAG Airport LTD will incorporate a standstill period at the point information on the award of the contracts communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).