Section one: Contracting entity
one.1) Name and addresses
London Luton Airport Operations Limited
Percival House, Percival Way,
Luton
Lu2 9NU
Contact
Michaela Caulfield
Country
United Kingdom
NUTS code
UKH21 - Luton
Internet address(es)
Main address
https://in-tendhost.co.uk/llaol/aspx/Home
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/llaol/aspx/Home
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/aspx/Home
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/aspx/Home
one.6) Main activity
Airport-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
L24045-T-MC - Creative Design Framework
Reference number
L24045-T-MC
two.1.2) Main CPV code
- 79340000 - Advertising and marketing services
two.1.3) Type of contract
Services
two.1.4) Short description
London Luton Airport requires suppliers to immerse themselves in the brand, make use of the available background research and consolidate the findings to understand the mission and vision for LLA to revolutionise the airport experience, whilst making travel accessible, easy and enjoyable.This requirement has been split into 2 lots:Lot 1- Junior weight level creative servicesLot 2- Middle weight and or Senior level creative servicesThe agreement will be in place for a period of 3 years with the opportunity to extend twice, each for a further 1 year period (3+1+1). Further details are provided within the tender documents. This tender will be run as a restricted process.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
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
Lot 1- Junior weight level creative services
Lot No
1
two.2.2) Additional CPV code(s)
- 79340000 - Advertising and marketing services
- 79342000 - Marketing services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
two.2.4) Description of the procurement
Junior weight general design and artworking. Please see the tender documents for further 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: £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
Yes
Description of renewals
3 year initial term followed by two optional extensions, each for a 1 year period (3 + 1 + 1)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Please see the tender documents for further details
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 the tender documents for further details
two.2) Description
two.2.1) Title
Lot 2- Middle weight Senior level creative services
Lot No
2
two.2.2) Additional CPV code(s)
- 79340000 - Advertising and marketing services
- 79342000 - Marketing services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
two.2.4) Description of the procurement
Middle weight and or Senior level general design and artworkingSenior and or Director level TTL creative marketing servicesPlease see the tender documents for further 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: £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
Yes
Description of renewals
3 year initial term followed by two optional extensions, each for a 1 year period (3 + 1 + 1)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Please see the tender documents for further details
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 the tender documents for further 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 the 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 the tender documents
three.1.6) Deposits and guarantees required
Please see the tender documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see the tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 8 years:
Optional extension years in case continuity of service is required mid project
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
13 September 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
23 September 2024
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: circa 6 months to a year prior to contract end 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 the tender documents
six.4) Procedures for review
six.4.1) Review body
London Luton Airport - The Legal team
Percival House, Percival Way
Luton
Lu2 9NU
Country
United Kingdom