Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

L20037-T-TG Concession for the Provision of Regional and London Coach Services from London Luton Airport

  • First published: 07 August 2020
  • Last modified: 07 August 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
London Luton Airport Operations Ltd
Authority ID:
AA76769
Publication date:
07 August 2020
Deadline date:
07 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
60140000 Non-scheduled passenger transport Road transport services
60112000 Public road transport services Road transport services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
terry.gittins@ltn.aero
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.