Supply Security Scanners to Manchester Airport
Framework Agreement to provide Security scanners across its portfolio of airports at Manchester, East Midlands and Stansted.
United Kingdom-Manchester: Security equipment
2018/S 152-349778
Contract notice – utilities
Supplies
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
4th Floor Olympic House
Manchester
M90 1QX
United Kingdom
Contact person: John Davies
E-mail: MAG.SCANNERS.OJEU@magairports.com
NUTS code: UKD33
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Security Scanner Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Manchester Airport Plc (referred to as MAG within the rest of this notice) wishes to commission a Framework Agreement to provide Security scanners across its portfolio of airports at Manchester, East Midlands and Stansted. The successful supplier will work collaboratively with MAG to supply Security scanners for its capital programme and also the transformation projects at Manchester Airport (MAN-TP) and Stansted Airport (STN-TP). 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.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Manchester Airport, East Midlands Airport, Stansted Airport
II.2.4)Description of the procurement:
MAG wishes to procure a Framework Agreement to supply, install and maintain Security scanners across MAG’s assets (Manchester Airport, Stansted Airport and East Midlands Airport) including the Manchester Airport Transformation and stansted transformation programmes.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Criteria is contained within the PQQ available on MAG Source
II.2.10)Information about variants
II.2.11)Information about options
The Framework term will be 5 years, including the right to extend by up to a maximum of 3 years, in any number of separate extensions.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
MAG has set out such information within its Pre-qualification documents available on MAG Source.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.6)Deposits and guarantees required:
MAG reserves the right to request deposits, guarantees (performance and/or financial), parent guarantees or other forms of security.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the ITN.
III.1.8)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.2.2)Contract performance conditions:
As set out in the ITN to be tendered by qualifying bidders.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
MAG reserves the right to not award any or part of this Framework Agreement.
All dates and times specified in this notice are provisional and MAG reserves the right to change these at its discretion.
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.
All Applicants can obtain the Pre-qualification documents by requesting to participate via the URL in Section I.3 and submitting the information required. The applicant will then receive a MAG Source username and password to access the Pre-qualification Questionnaire (PQQ) event. Applicants are responsible for monitoring MAG Source. All communications relating to the PQQ event shall be via MAG Source.
After evaluating each PQQ response and consulting its appointed advisors, MAG intends to select and pre-qualify all compliant bidders. These bidders will be invited to the tender event through MAG Source.
Once the tender evaluation has been completed the highest scoring supplier will be awarded the framework.
VI.4.1)Review body
Olympic House, Manchester Airport.
Manchester
M90 1QX
United Kingdom
VI.5)Date of dispatch of this notice: