Section one: Contracting authority
one.1) Name and addresses
London Luton Airport Ltd.
Hart House Business Centre, Kimpton Road
Luton
LU2 0LA
Contact
Mr Gary Collins
Country
United Kingdom
NUTS code
UKH21 - Luton
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
airport related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
London Luton DART Facilities Management and Passenger Services
Reference number
DN527552
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
We are looking to procure a single provider of the following services:
Facilities management and maintenance of the station premises forming part of the Luton DART passenger transit system, including building and platform and vehicle cleaning, customer-facing personnel, ticket enforcement, inspection and maintenance of the system route infrastructure, passenger welfare and supporting LLAL in their passenger growth ambitions.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71354000 - Map-making services
- 72514100 - Facilities management services involving computer operation
- 79342300 - Customer services
- 79342320 - Customer-care services
- 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
- 90900000 - Cleaning and sanitation services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
two.2.4) Description of the procurement
This procurement relates to facilities management and passenger services for the new 2.1 km Luton DART automated passenger transit system between London Luton Airport Parkway railway station and London Luton Airport Central Terminal. The Luton DART is a key piece of transport infrastructure encouraging the modal shift of passengers to rail as part of the carbon reduction ambitions of LLAL. Services of the Luton DART are expected to be operational in early 2022. We are looking to procure a single facilities management provider of the following services:
• customer facing/hospitality (meet, greet and passenger assistance) personnel (with responsibility for ticket enforcement) within the station premises of the Luton DART passenger transit system;
• facilities management and maintenance of the station premises forming part of the Luton DART passenger transit system;
• civil structures inspection and maintenance for the system route infrastructure of the Luton DART passenger transit system.
• leading on passenger welfare including, but not limited to, immediate first aid response, evacuation, emergency services and other delivery partners liaison including temporary or contingency arrangements e.g. bus replacement service is required and provided but DART station and customer service team support delivery;
• customer experience generally, particularly with reference to supporting persons of reduced mobility;
• support LLAL in the delivery of passenger growth ambitions through delivery of excellent customer service and delivery of transport industry liaison.
The provider will be required to work closely with LLAL, Doppelmayr (the operator of the system) and the train operating company. The contract will include a "Responsibility Matrix" which will allocate service provision responsibilities to the FM Contractor. LLAL recognises the importance of this Responsibility Matrix to both the successful tenderer and to Doppelmayr and understands that both parties will need to collaborate closely to ensure that the Luton DART is running effectively. There will be an opportunity for Tenderers to discuss the Responsibility Matrix with Doppelmayr within a controlled meeting environment. Tenderers will be required to confirm their agreement to the Responsibility Matrix after this meeting. If there are any comments raised during this meeting, LLAL may subsequently discuss this with Doppelmayr and any clarifications will be communicated to all Tenderers.
LLAL intend to host an "industry day" during the tender process during which knowledge of the procurement will be shared.
Managed visits of the site will be made available during the tender process.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £9,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the agreement will be 6 years with the ability for LLAL to extend for up to 6 further years. The expectation is for the contract to be executed in September 2021. The exact dates will depend on the completion of construction and installation of both the civil works and the Luton DART transport system which are currently being delivered by others.
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
This contract notice (and the associated procurement documents) are published in good faith. No warranty is given as to the accuracy or completeness of the information contained in it. Any liability for inaccuracy or incompleteness is expressly disclaimed by LLAL and its advisors.
Nothing in this contract notice (nor in the associated procurement documents) will be taken as constituting an offer (whether implied or otherwise) or any agreement, whether express or implied, between LLAL and any other party. LLAL reserves the right to withdraw from, cancel or amend the procurement process and may award innovation partnership contracts and/or framework agreements in whole, in part or not at all as a result of this call for competition with no liability on its part.
LLAL shall not be liable for any costs or expenses incurred by any economic operator in considering and/or responding to the procurement process and/or resulting from any amendment or cancellation of this procurement exercise.
Bidders submit a response to the SQ at their own risk.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
three.2.2) Contract performance conditions
The FM Contract is a bespoke form contract but contains obligations on the FM Contractor which are typical for services of this nature and reflects the need for passenger care services (it will be included in the tender documentation). One contract will be awarded for services relating to the station premises as well as the civils infrastructure forming the route of the Luton DART (excluding the track of the train itself). The contract will include a payment mechanism schedule as well as special conditions relating to performance, which may include economic, innovation-related, environmental, social and/or employment-related considerations.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.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
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
24 May 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 April 2021
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
The Contracting Authority intends to use an eTendering system in this procurement exercise.
six.4) Procedures for review
six.4.1) Review body
HM Courts and Tribunal Service
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with the Utilities Contracts Regulations 2016 (S.I. 2016, 274), Part 3.
Please note that award decision notices (standstill letters) will be issued under Regulation 101 (and a Regulation 102 standstill period will be observed) at the completion of the ITT stage of this initial competition on selection of the preferred bidder.
six.4.4) Service from which information about the review procedure may be obtained
London Luton Airport Ltd.
Hart House
Luton
Country
United Kingdom