Section one: Contracting entity
one.1) Name and addresses
London Luton Airport Operations Limited
Percival House, Percival Way
Luton
LU2 9NU
Country
United Kingdom
Region code
UKH21 - Luton
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned 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
one.6) Main activity
Airport-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Strategic corporate communications services
Reference number
LT25075-T-YH
two.1.2) Main CPV code
- 79413000 - Marketing management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Strategic corporate communications services
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 79413000 - Marketing management consultancy services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
two.2.4) Description of the procurement
Strategic corporate communications services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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
An initial term of Three (3) years, plus two extension options each of one (1) year. Five (5) year maximum duration.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
please see tender documents for full details.
two.2) Description
two.2.1) Title
Crisis Communications Planning and Training Support
Lot No
2
two.2.2) Additional CPV code(s)
- 79413000 - Marketing management consultancy services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
Main site or place of performance
Luton
two.2.4) Description of the procurement
Crisis Communications Planning and Training Support
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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
An initial term of Three (3) years, plus two extension options each of one (1) year. Five (5) year maximum duration.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please see tender documents for full details.
two.2) Description
two.2.1) Title
Media Training
Lot No
3
two.2.2) Additional CPV code(s)
- 79413000 - Marketing management consultancy services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
Main site or place of performance
Luton
two.2.4) Description of the procurement
Media Training
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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
An initial term of Three (3) years, plus two extension options each of one (1) year. Five (5) year maximum duration.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
please see tender documents for full details.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 full details.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Please see tender documents for full details.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Please see tender documents for full details.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see tender documents for full details.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 January 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 6 months before the contract expiry date
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please see tender documents for full details.
six.4) Procedures for review
six.4.1) Review body
Legal Team, Luton Airport Operations Ltd
Luton
Country
United Kingdom