Manchester Airport Transformation Programme
By way of overview, the proposed works comprise, but are not limited to, the following work elements:
New Baggage Factory. New Piers. New Terminal Extension Building. Forecourt Extension and Upgrade of Existing Forecourt.
United Kingdom-Manchester: Construction work for buildings relating to air transport
2015/S 239-434632
Contract notice – utilities
Works
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Manchester Airport Plc
4th Floor Olympic House
Contact point(s): Group Procurement and Contracts
For the attention of: Andrew Stephenson
M90 1QX Manchester
UNITED KINGDOM
E-mail: mtpterminals.ojeu@magairports.com
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
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
Main site or location of works, place of delivery or of performance: Manchester Airport, Manchester.
NUTS code UKD3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s):
Terminal One was opened in 1962 and has undergone significant expansion and redevelopment in the intervening years, most recently in 2007 — 2009. Terminal Two Opened in 1993 (along with the railway station) and has also undergone some redevelopment. Terminal 3, originally the domestic terminal, was opened in 1989 and benefited from significant investment with a major extension opening in 1998.
There is the potential to modernise Manchester Airport in line with growing passenger and airline demand and expectations over the coming years.
Manchester Airport Plc (MA), part of the Manchester Airports Group, as part of their ten year capital investment programme plans to transform Manchester Airport (the Manchester Airport Transformation Programme or MAN-TP) and position the airport as the “Northern Gateway” and create a modern transport hub. 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.
MA wishes to commission the design and construction of Package 01 — T2 Transformation Phase 1 works as part of the MAN-TP. By way of overview, the proposed works comprise, but are not limited to, the following work elements:
— New Baggage Factory.
— New Piers.
— New Terminal Extension Building.
— Forecourt Extension and Upgrade of Existing Forecourt.
— Associated Access Roads.
— Alterations to Existing Terminal.
— New Multi-storey Car Parks.
— Site Clearance.
— Associated Services Diversions.
The overall scope of works includes, but is not limited to: design and construction of building, civil and structural engineering, mechanical and electrical and IT works in connection with the work elements identified above and the management of interfaces.
It is envisaged that this entire scope of works will be procured, via a negotiated process, under one NEC design and build contract that is structured in two stages: design and construction.
A single contract will be entered into with the successful bidder for the two stages of the works required. MA however retains the option whether to extend the contract for delivery of second stage of works (construction) by the successful bidder and exercise of this option will be dependent upon (without limitation) the design works having been completed in accordance with MA’s requirements. MA further retains the option to terminate the contract following completion of the design stage and reserves the right to negotiate with the second placed (or indeed any other lower ranking bidder as appropriate) in relation to delivery of the construction works required under the second stage of the project.
MA has separately commissioned a design team together with a managed service provider (MSP). The development of the RIBA Stage 3 Developed Design will be undertaken by MA’s appointed Architect and Engineer from December 2015 to May 2016.
Given the nature of works required and the background described above, MA anticipates that this project will be led by a construction company that will procure its own design expertise (either externally or internally appointed). MA reserves the right however to discuss during the course of the negotiation phase, potential for the successful contractor engaging MA’s design team.
II.1.6)Common procurement vocabulary (CPV)
45213330, 45213331, 45213312, 71320000, 71322000, 71334000, 71321000, 71311000, 71312000, 71311240, 71000000, 71240000, 71220000,72222300, 45235100, 45262800, 71223000, 45111000, 45233000, 65110000, 65210000, 65310000, 64200000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
— 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 MA.
III.1.4)Other particular conditions:
Description of particular conditions: As set out in the ITN that will be issued to qualifying bidders.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents(except for a DPS)
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
All dates, values and time periods specified in this notice are only provisional and MA reserves the right to change these.
MA 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. MA Procurement and Contracts will respond and issue login details for our e-procurement system which will allow interested parties to download both the Pre-Qualification Questionnaire (PQQ) and Project Information Memorandum (PIM). Bidders are responsible for monitoring the portal
Section II.1.6 — The list of CPV codes is not exhaustive.
Section II.1.9 — Please note that variant alternative bids may be accepted by MA, subject to MA evaluation and provided that a compliant bid has been concurrently submitted and that the variant’s form and nature are approved by MA in advance.
After evaluating each PQQ response in accordance with the terms of the PIM and considering the advice of its appointed advisors, MA currently intends to select and pre-qualify a maximum of the four (4) top ranking compliant bidders with the highest scoring PQQ responses. These bidders will be issued with the ITN by MA. In the event of a tie, MA reserves the right to invite more than four bidders.
Please note, MA 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). MA reserves the right to negotiate with a single bidder.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: