By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Manchester Airport Group - Airfields Framework.

Contract notice - utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Manchester Airport Group Plc
4th Floor Olympic House, Manchester Airport
Contact point(s): Group Procurement and Contracts
For the attention of: Andrew Stephenson
M90 1QX Manchester
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting entity: http://www.magworld.co.uk/magweb.nsf

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Main activity
Airport-related activities
I.3)Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: yes

Manchester Airport Plc
PO Box 532, Town Hall
M60 2LA Manchester
UNITED KINGDOM

East Midlands International Airport Ltd
Building 34, Castle Donnington
DE74 2SA Derby
UNITED KINGDOM

Stansted Airport Ltd
Enterprise House, Bassington Rd
CM24 1QW Stansted
UNITED KINGDOM

Bournemouth International Airport Ltd
BH23 6SE Christchurch
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Manchester Airport Group - Airfields Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Manchester Airport, Manchester, East Midlands International Airport, Derby, London Stansted Airport, Essex, Bournemouth International Airport, Dorset.

NUTS code UKD3,UKF11,UKH3,UKK2

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 8

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT
Range: between 190 000 000 and 250 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
Manchester Airport Group Plc (MAG) wishes to commission a framework agreement to deliver Airfield works across its portfolio of Airports at Manchester, East Midlands, London Stansted and Bournemouth. The successful contractor will work collaboratively with MAG in order to deliver airfield works for its capital programme and also the transformation project at Manchester Airport (MAN-TP). All Airfield work will be delivered under airside restrictions of access and security.
MAG is the largest UK-owned airport operator, serving around 42 000 000 passengers every year and handling 600 000 tonnes of air freight every year, through its ownership and operation of Manchester, London Stansted, East Midlands and Bournemouth airports. MAG support the UK Government's commitment to the principles of sustainable development in the aviation industry, striking a balance between economic, social and environmental considerations.
MAG has a requirement for an airfield framework contractor to deliver its year on year rolling capital programme in order to satisfy its regulatory compliance and growth obligations. The successful contractor will work across the group airports in order the support the delivery of the programme.
MAG as part of their 10-year capital investment programme plans to transform Manchester Airport (MAN-TP) and position the airport as a ‘Global Gateway’. MAN-TP is in response to key factors such as forecast passenger growth, changing customer and airline expectations and positioning Manchester Airport as a key component of the country's aviation system.
If at any stage MAG considers that it would not be appropriate / necessary to award a framework agreement, MAG reserves absolute discretion to cancel, including, in particular, following evaluation of PQQ Responses. MAG will not be liable for any loss suffered by Bidders following a decision to cancel.
The successful candidate will be responsible for taking Designs developed by others through to delivery, commissioning, handover and completion of the works including operational readiness and transition. The following list, which is not exhaustive, contains activities that may be delivered through this Airfield framework or via other MAG Framework Agreements.
- Asbestos removal, demolition and site clearance.
- Taxiways - new / refurbishment/ re-configuration.
- Stands - new / refurbishment / re-configuration / new access points.
- Stand equipment (Fixed Electrical Ground Power (FEGP) / Stand Entry Guidance System (SEGS) / Advanced Visual Docking Guidance System (AVDGS) and interfaces.
- Fuel infrastructure.
- Fire Mains.
- Drainage.
- Ducts and drawpits etc.
- Earthworks.
- Airfield Ground Lighting (AGL).
- Sub-station construction and associated infrastructure.
- Buildings (new / re-configuration).
- Decommissioning.
- Airfield Perimeter Fence and Control Posts (new / reconfiguration).
- Line marking and signage.
- Access Control Posts.
- Roads.
- High mast lighting.
- Operational readiness and airport transition (ORAT) - ensuring that MAG is fully prepared to assume ownership of the works.
It is envisaged that the framework will be procured, via a negotiated process.
A separate design team together with a managed service provider (MSP) has been commissioned for MAN-TP. The MAN-TP design team will develop designs to the end of RIBA Stage 3.
II.1.6)Common procurement vocabulary (CPV)

45235000, 45235110, 45235111, 45235200, 45235210, 45235300, 45235310, 45235311, 45235320, 34995000, 34997000, 34997200, 45316220, 35111000, 44482200, 31682540, 45232220, 45210000, 71320000, 71322000, 45262660, 45111100, 45233100, 45213330, 45213331, 45262700

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
MAG wishes to procure a framework agreement in order to deliver Airfield works across MAG's assets (Manchester Airport, London Stansted Airport, East Midlands Airport and Bournemouth Airport) including Airfield works for the Manchester Airport Transformation Programme. The indicative gross construction value to be delivered through the full 8 year framework term is between 190 000 000 GBP and 250 000 000 GBP pounds sterling (excluding inflation).
Estimated value excluding VAT
Range: between 190 000 000 and 250 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The framework term will be 4 years, including the right to extend by up to a maximum of 4 years, in any number of separate extensions.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
MAG reserves the right to request deposits, guarantees (performance and/or financial), parent guarantees or other forms of security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the ITN.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Where the Bidder is a consortium, each Member of the Bidder may be required to contract on any basis which MAG considers appropriate in its discretion having regard to the nature, size and complexity of the works which basis may be discussed during the Negotiated Procedure or will be set out in the ITN. MAG may, at its absolute discretion and in particular, require the Bidder to contract:
- on the basis of joint and several liability;
- with a particular single Member of the Bidder as the prime Contractor (with the other Members providing collateral warranties and/or guarantees);
- as an incorporated or unincorporated special purpose vehicle (with guarantees from the other Members of the Bidder), and in any event;
- in a manner satisfactory to MAG.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As set out in the ITN that will be issued to qualifying bidders.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: MAG has set out such information within its Pre-Qualification Documents available on the e-tendering system which can be accessed by emailing the contact point identified at I.1).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Organisations wishing to participate will need to demonstrate that they have an annual turnover in excess of 100 000 000 GBP (one hundred million pounds sterling) in each of the organisation's last 3 (three) financial years. Please refer to the Pre-Qualification Documents which set out the detailed selection requirements.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As set out in the Pre-Qualification Documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision:
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.4.2016 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
MAG reserves the right to not award any or part of this framework agreement.
All dates, values and time periods specified in this notice are only provisional and MAG reserves the right to change these.
MAG shall not be responsible for any costs, charges or expenses incurred by candidates or tenderers and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
Bidders can obtain the Pre-Qualification Documents by emailing the contact point at I.1) to register interest. When requesting the Pre-Qualification Documents, please specify a contact name, phone number, email address and full company name. MAG Procurement and Contracts will respond and issue login details for our e-tendering system, Wax Digital, which will allow interested parties to download both the Pre-Qualification Questionnaire (PQQ) and Project Information Memorandum (PIM). Bidders are responsible for monitoring the e-tendering system.
Section II.1.6) - The list of CPV codes is not exhaustive.
After evaluating each PQQ response in accordance with the terms of the PIM and considering the advice of its appointed advisors, MAG currently intends to select and pre-qualify a minimum of four (4) and maximum of six (6) compliant bidders with the highest scoring PQQ responses. Should the 5th or 5th and 6th supplier score within 3 % of 4th place bidder they shall progress to the ITN phase. These bidders will be issued with the ITN by MAG. In the event of a tie, MAG reserves the right to invite more than 6 bidders.
Please note, MAG reserves the right to further down select bidders during the negotiation stage (the basis for which will be discussed in more detail in the Invitation to Negotiate which will be issued to prequalified Bidders).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.3.2016