Section one: Contracting entity
one.1) Name and addresses
London Luton Airport Operations Limited
London Luton Airport, Navigation House, Airport way
Luton
LU3 9LY
Contact
Terry Gittins
Telephone
+44 1582405100
Country
United Kingdom
NUTS code
UKH21 - Luton
Internet address(es)
Main address
Buyer's address
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
L23102-T-TG Procurement for the provision of coach services to LLA’s passengers
Reference number
L23102-T-TG
two.1.2) Main CPV code
- 60112000 - Public road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
This is a concession for the provision of scheduled coach services at LLA, for a minimum period of 5 years commencing 01st March 2024, with a further 2 years subject to delivery of performance criteria. Three lots are being tendered Lots 1 and 3 are for London services and Lot 2 is for Regional and transport hub services. Bidders interested in both Lots 1 and 3 can bid for both Lots, but cannot win both Lots. Lots for London services will be awarded to two separate concessionaires.Lot 2 is the provision of scheduled coach travel services to and from any location in the UK including airports and major rail hubs, excluding Central London See Tender documents for full details. Note the value shown is the total estimated value of the concession income not the fee payable to London Luton airport
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
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
L23102 Coach services Lot1
Lot No
Lot1
two.2.2) Additional CPV code(s)
- 79998000 - Coaching services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
Main site or place of performance
Between London and Luton, see tender for details
two.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. See tender for full details.Note value shown is the estimated total concession value, not the fee paid to London Luton Airport
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: £60,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
This is a 5 year plus 2 optional years contract. Renewal is after that period
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) Description
two.2.1) Title
L23102 Coach services Lot2
Lot No
Lot2
two.2.2) Additional CPV code(s)
- 79998000 - Coaching services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
Main site or place of performance
The provision of scheduled coach travel services to and from any location in the UK including airports and major rail hubs, excluding Central London
two.2.4) Description of the procurement
The provision of scheduled coach travel services to and from any location in the UK including airports and major rail hubs, excluding Central London . See tender for details. Note value show is the total estimated income to the concessionaire not the value paid to London Luton airport
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
After 5 years plus 2 optional years
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) Description
two.2.1) Title
L23102 Coach services Lot3
Lot No
Lot3
two.2.2) Additional CPV code(s)
- 79998000 - Coaching services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
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. See Tender for details
two.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. Bidders interested in both Lots 1 and 3 can bid for both Lots, but cannot win both Lots. Lots for London services will be awarded to two separate concessionairesValue shown is the estimated value of the income to the concessionaire not the fee paid to London Luton airportSee Tender for details
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: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
After 5 years plus 2 optional years
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
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
See Tender documents for 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
See Tender documents for details
three.1.6) Deposits and guarantees required
See Tender documents for details
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
See Tender documents for details
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
See Tender documents for details
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See Tender documents for details
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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
29 September 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 7 years time
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The Legal Team
Percival House Percival way
Luton
LU2 9NU
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Legal team
Percival House Percival way
Luton
LU2 9NU
Country
United Kingdom