Tender

L22031-T-MC - Baggage Handling System consultancy services

  • London Luton Airport Operations Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-011484

Procurement identifier (OCID): ocds-h6vhtk-033379

Published 4 May 2022, 1:03pm



Section one: Contracting entity

one.1) Name and addresses

London Luton Airport Operations Limited

Percival House, 134 Percival Way

Luton

Lu3 9NU

Contact

Michaela Caulfield

Email

michaela.caulfield@ltn.aero

Country

United Kingdom

NUTS code

UKH21 - Luton

Internet address(es)

Main address

https://www.london-luton.co.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/llaol

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

https://in-tendhost.co.uk/llaol

one.6) Main activity

Airport-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

L22031-T-MC - Baggage Handling System consultancy services

Reference number

L22031-T-MC

two.1.2) Main CPV code

  • 71310000 - Consultative engineering and construction services

two.1.3) Type of contract

Services

two.1.4) Short description

Technical Services are seeking BHS system expert supplier to support any future works or upgrades to the BHS system either front of house or back of house. This requirement is for a 5 year agreement which will be awarded to one contractor. This Tender is a Zero Value Framework with no contractual commitment by LLAOL, with a maximum value of £500,000 for the total duration.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71310000 - Consultative engineering and construction services
  • 79900000 - Miscellaneous business and business-related services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79993000 - Building and facilities management services
  • 79930000 - Specialty design services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79417000 - Safety consultancy services
  • 79419000 - Evaluation consultancy services
  • 79415000 - Production management consultancy services
  • 79990000 - Miscellaneous business-related services

two.2.3) Place of performance

NUTS codes
  • UKH21 - Luton

two.2.4) Description of the procurement

See tender documents for further details. This project is not divided into multiple lots.

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: £500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

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


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

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

three.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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

8 June 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

8 June 2022

Local time

12:00am

Place

London Luton Airport - Procurement Team Office


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please see tender documents

six.4) Procedures for review

six.4.1) Review body

Procurement Team

Percival House, 134 Percival Way

Luton

LU2 9NU

Email

procurement.team@ltn.aero

Country

United Kingdom

Internet address

https://in-tendhost.co.uk/llaol

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

please see tender documents