loading
  • GB-B26 3QJ Birmingham
  • 31.08.2018
  • Ausschreibung
  • (ID 2-311727)

Terminal Expansion Works at Birmingham Airport (TE18)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 31.08.2018, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 6
    Gebäudetyp Verkehr
    Art der Leistung Projektsteuerung
    Sprache Englisch
    Aufgabe
    Birmingham Airport is seeking to appoint a Construction Manager to identify the optimum phased packages of work necessary to deliver the construction of the Terminal Extension 3 (TE18) Project, to lead in the procurement of these work packages on behalf of the Airport and to manage the delivery of the work packages so as to ensure that the Project is delivered to time, cost and quality. The scope of the TE18 project is, in summary the construction of a new three storey extension to the existing terminal building, circa 10 000 m2.
    The works comprise:
    — Demolition of existing slabs and structures as required for the works
    — All groundworks and provision of new foundations as required by the design
    — Installation of new structural frame, cladding and roofing works.
    — Installation of Mechanical, electrical and public health systems. Integration of these systems with the Airport’s wider MEP systems where specified.
    — Internal fit out of client spaces.
    — New drainage runs
    Leistungsumfang
    Birmingham Airport is seeking to appoint a Construction Manager to identify the optimum phased packages of work necessary to deliver the construction of the Terminal Extension 3 (TE18) Project, to lead in the procurement of these work packages on behalf of the Airport and to manage the delivery of the work packages so as to ensure that the Project is delivered to time, cost and quality.
    The scope of the TE18 project is, in summary the construction of a new three storey extension to the existing terminal building, circa 10 000 m2. The works comprise:
    — Demolition of existing slabs and structures as required for the works
    — All groundworks and provision of new foundations as required by the design
    — Installation of new structural frame, cladding and roofing works.
    — Installation of Mechanical, electrical and public health systems. Integration of these systems with the Airport’s wider MEP systems where specified.
    — Internal fit out of client spaces. (Shop fitting shall be undertaken by the individual retailers and is excluded from the scope of this tender).
    — New drainage runs
    — The replacement of all life expired check-in related baggage handling system (BHS) mechanical electrical, and control equipment, and associated software platform(s) in support of upgrades to the BHS that are currently being undertaken.
    — Early/Compressed Build Baggage store in the North terminal. The works will include the installation new baggage handling system (BHS) mechanical, electrical, and control equipment, and associated software platforms necessary to permit the new additional sortation capacity to operate effectively. This is in support of upgrades to the BHS that are currently being undertaken
    In addition, the Construction Manager shall allow for the following requirements:
    — Phasing of works as necessary to limit disruption to Airport operations.
    — Design of temporary works where required.
    — BIM level 2. The Construction Manager will be expected to comply with the requirements of the BIM Execution Plan (see appendix 1).
    The following works will be completed by an enabling works contractor and are excluded from the scope of this tender:
    — Construction of new build extension re-provide bussing lounge capacity lost to TE18
    — Provision of alternative route for Common Travel Passengers
    — Refurbishment of existing ‘Champagne Bar’ toilets
    — Reconfiguration of existing bussing lounge
    — Removal and relocation of existing diesel tank
    — New staircase 45
    It should be noted that the project is located Airside: All Construction Manager’s staff will be required to undergo security clearance. The security vetting process will be managed by the Construction Manager.
    The appointed Construction Manager will be required to enter into an NEC3 contract with the Airport.
    Adresse des Bauherren UK-B26 3QJ Birmingham
    TED Dokumenten-Nr. 354264-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Birmingham: Construction management services

      2018/S 154-354264

      Contract notice – utilities

      Services

      Legal Basis:

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Birmingham Airport Limited
      Diamond House, Procurement
      Birmingham
      B26 3QJ
      United Kingdom
      Contact person: Procurement
      Telephone: +44 1217677389
      E-mail: MjIwXF5bT2FeUVlRWmAsTlVeWVVaU1RNWU1VXlxbXmAaT1saYVc=
      NUTS code: UKG31

      Internet address(es):

      Main address: www.birminghamairport.co.uk

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.birminghamairport.co.uk/media/4083/instructions-for-pqq-registration.pdf
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/birminghamairport/aspx/Home
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Airport-related activities

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

      Terminal Expansion Works at Birmingham Airport (TE18)

      II.1.2)Main CPV code
      71540000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Birmingham Airport is seeking to appoint a Construction Manager to identify the optimum phased packages of work necessary to deliver the construction of the Terminal Extension 3 (TE18) Project, to lead in the procurement of these work packages on behalf of the Airport and to manage the delivery of the work packages so as to ensure that the Project is delivered to time, cost and quality. The scope of the TE18 project is, in summary the construction of a new three storey extension to the existing terminal building, circa 10 000 m2.

      The works comprise:

      — Demolition of existing slabs and structures as required for the works

      — All groundworks and provision of new foundations as required by the design

      — Installation of new structural frame, cladding and roofing works.

      — Installation of Mechanical, electrical and public health systems. Integration of these systems with the Airport’s wider MEP systems where specified.

      — Internal fit out of client spaces.

      — New drainage runs

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71500000
      71541000
      II.2.3)Place of performance
      NUTS code: UKG31
      Main site or place of performance:

      Birmingham Airport

      II.2.4)Description of the procurement:

      Birmingham Airport is seeking to appoint a Construction Manager to identify the optimum phased packages of work necessary to deliver the construction of the Terminal Extension 3 (TE18) Project, to lead in the procurement of these work packages on behalf of the Airport and to manage the delivery of the work packages so as to ensure that the Project is delivered to time, cost and quality.

      The scope of the TE18 project is, in summary the construction of a new three storey extension to the existing terminal building, circa 10 000 m2. The works comprise:

      — Demolition of existing slabs and structures as required for the works

      — All groundworks and provision of new foundations as required by the design

      — Installation of new structural frame, cladding and roofing works.

      — Installation of Mechanical, electrical and public health systems. Integration of these systems with the Airport’s wider MEP systems where specified.

      — Internal fit out of client spaces. (Shop fitting shall be undertaken by the individual retailers and is excluded from the scope of this tender).

      — New drainage runs

      — The replacement of all life expired check-in related baggage handling system (BHS) mechanical electrical, and control equipment, and associated software platform(s) in support of upgrades to the BHS that are currently being undertaken.

      — Early/Compressed Build Baggage store in the North terminal. The works will include the installation new baggage handling system (BHS) mechanical, electrical, and control equipment, and associated software platforms necessary to permit the new additional sortation capacity to operate effectively. This is in support of upgrades to the BHS that are currently being undertaken

      In addition, the Construction Manager shall allow for the following requirements:

      — Phasing of works as necessary to limit disruption to Airport operations.

      — Design of temporary works where required.

      — BIM level 2. The Construction Manager will be expected to comply with the requirements of the BIM Execution Plan (see appendix 1).

      The following works will be completed by an enabling works contractor and are excluded from the scope of this tender:

      — Construction of new build extension re-provide bussing lounge capacity lost to TE18

      — Provision of alternative route for Common Travel Passengers

      — Refurbishment of existing ‘Champagne Bar’ toilets

      — Reconfiguration of existing bussing lounge

      — Removal and relocation of existing diesel tank

      — New staircase 45

      It should be noted that the project is located Airside: All Construction Manager’s staff will be required to undergo security clearance. The security vetting process will be managed by the Construction Manager.

      The appointed Construction Manager will be required to enter into an NEC3 contract with the Airport.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 23/10/2018
      End: 01/09/2020
      This contract is subject to renewal: no
      II.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:

      As detailed within the procurement documentation

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Birmingham Airport reserves the right to cancel the procurement process at its own discretion. The Airport shall not be liable for costs associated with the preparation of expressions of interests and tender bids.

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.4)Objective rules and criteria for participation
      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:
      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

      Joint and several liability.

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Negotiated procedure with prior call for competition
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.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
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 31/08/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 07/09/2018
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.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)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      The Chief Executive Officer, Birmingham Airport
      Birmingham
      B26 3QJ
      United Kingdom

      Internet address: www.birminghamairport.co.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      10/08/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 13.08.2018
Zuletzt aktualisiert 13.08.2018
Wettbewerbs-ID 2-311727 Status Kostenpflichtig
Seitenaufrufe 32