Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
London Luton Airport Operations Ltd
London Luton Airport, Percival House, Percival Way
Luton
LU2 9NU
UK
Contact person: Terry Gittins
Telephone: +44 1582405100
E-mail: terry.gittins@ltn.aero
NUTS: UKH21
Internet address(es)
Main address: http://www.in-tend.co.uk/
Address of the buyer profile: http://www.london-luton.co.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://in-tendhost.co.uk/llaol
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/llaol
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://in-tendhost.co.uk/llaol
I.6) Main activity
Airport-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
L20037-T-TG Concession for the Provision of Regional and London Coach Services from London Luton Airport
Reference number: L20037-T-TG
II.1.2) Main CPV code
60112000
II.1.3) Type of contract
Services
II.1.4) Short description
This is a concession for the provision of scheduled coach services at LLA, for a period of either 5 years Option 1 or 7 years Option 2 commencing 1 January 2021. The duration pursued will be the decision of LLA. Three lots are being tendered lots 1 and 3 are for London services and Lot 2 is for Regional services
Lot 1: The Provision of Scheduled Coach Travel Services to and from Central London, any destination within transport for London Underground Zone 1 only;
Lot 2: The provision of Scheduled Coach Travel Services to and from any location in the UK, excluding Central London as defined above;
Lot 3: The provision of Scheduled Coach Travel Services to and from London any destination within Transport for London Underground Zone 1.
Note there are different bays to lot 1. Please see tender for full details.
II.1.5) Estimated total value
Value excluding VAT:
23 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: Lot 1
II.2.1) Title
L20037 The provision of Scheduled Coach Travel Services to and from Central London, any Destination within Transport for London Underground Zone 1 Only
II.2.2) Additional CPV code(s)
60112000
60140000
II.2.3) Place of performance
NUTS code:
UKH21
Main site or place of performance:
The provision of scheduled coach travel services to and from Central London any destination within transport for London underground Zone 1 only to London Luton Airport.
II.2.4) Description of the procurement
The provision of scheduled coach travel services to and from Central London any destination within transport for London underground Zone 1 only to London Luton Airport. See tender for full details.
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
Value excluding VAT:
13 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
There will be a replacement contract at the end of this contract.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
An operator could be successful in winning both lots 1 and 2, but not lots 1 and 3, as London. Lots can only be awarded to two separate operators. See tender for full details.
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
Lot No: Lot 2
II.2.1) Title
L20037 The Provision of Scheduled Coach Travel Services to and from any Location in the UK, excluding Central London as Defined in Lot 1
II.2.2) Additional CPV code(s)
60112000
60140000
II.2.3) Place of performance
NUTS code:
UKH21
Main site or place of performance:
The provision of scheduled coach travel services to and from any location in the UK to London Luton Airport, excluding Central London as defined in lot 1.
II.2.4) Description of the procurement
The provision of scheduled coach travel services to and from any location in the UK to London Luton Airport, excluding Central London as defined in lot 1. See tender documents for full details.
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
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
There will be a replacement contract at the end of this contract that will be tendered.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
An operator could be successful in winning both lots 1 and 2, but not lots 1 and 3, as London.
Lots can only be awarded to two separate operators.
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
Lot No: Lot 3
II.2.1) Title
L20037 The Provision of Scheduled Coach Travel Services to and from London any Destination within Transport for London Underground Zone 1 Note there are Different Bays to Lot 1
II.2.2) Additional CPV code(s)
60112000
60140000
II.2.3) Place of performance
NUTS code:
UKH21
Main site or place of performance:
The provision of scheduled coach travel services to and from London any destination within transport for London underground Zone 1. Note there are different bays to lot 1.
II.2.4) Description of the procurement
The provision of scheduled coach travel services to and from London any destination within transport for London underground Zone 1. Note there are different bays to lot 1. See tender for full details.
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
Value excluding VAT:
7 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
There will be a replacement contract at the end of this contract which will be tendered.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
An operator could be successful in winning both lots 1 and 2, but not lots 1 and 3, as London Lots can only be awarded to two separate operators.
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
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
List and brief description of conditions:
Please see tender documents for details.
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
Please see tender documents for details.
III.1.6) Deposits and guarantees required:
Please see tender documents for details.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see tender documents for details.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please see tender documents for details.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please see tender documents for details.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/09/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
07/09/2020
Local time: 00:00
Place:
London, Luton Airport, offices or remotely using In-Tend system.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
June 2025
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The Legal Team
London Luton Airport, Percival House, Percival Way
Luton
LU2 9NU
UK
E-mail: terry.gittins@ltn.aero
VI.4.2) Body responsible for mediation procedures
The Legal Team
London Luton Airport, Percival House, Percival Way
Luton
LU2 9NU
UK
E-mail: terry.gittins@ltn.aero
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
03/08/2020