Opportunity

L22098-T-MCLH - VIP Lounges Concession 2 Lots Aspire Unit and Unit 3

  • London Luton Airport Operations Limited

F05: Contract notice – utilities

Notice reference: 2022/S 000-034200

Published 2 December 2022, 1:53pm



Section one: Contracting entity

one.1) Name and addresses

London Luton Airport Operations Limited

Percival House, Percival Way

Luton

LU2 9NU

Contact

Michaela Caulfield

Email

michaela.caulfield@ltn.aero

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

L22098-T-MCLH - VIP Lounges Concession 2 Lots Aspire Unit and Unit 3

Reference number

L22098-T-MCLH

two.1.2) Main CPV code

  • 55000000 - Hotel, restaurant and retail trade services

two.1.3) Type of contract

Services

two.1.4) Short description

London Luton Airport Operations Limited LLAOL is seeking tender responses for the grant of 2 retail Concessions.Product 1 An airside Concession for executive loungeProduct 2 An airside Concession for executive lounge unit 3LLAOL wishes to appoint a single operator for both products 1 and 2. It is therefore a condition of the tender that each bidder must submit a proposal for both products 1 and 2. Bids submitted for only one unit will be rejected. Please note that the value shown is the total expected value of the concession. This is not the amount to be paid to LLAOL which would be circa £7,800,000 to £9,360,000 for both products.

two.1.5) Estimated total value

Value excluding VAT: £36,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 55000000 - Hotel, restaurant and retail trade services
  • 55311000 - Restricted-clientele restaurant waiter services
  • 55300000 - Restaurant and food-serving services
  • 55400000 - Beverage-serving services
  • 55500000 - Canteen and catering services

two.2.3) Place of performance

NUTS codes
  • UKH21 - Luton
Main site or place of performance

London Luton Airport

two.2.4) Description of the procurement

London Luton Airport Operations Limited LLAOL is seeking tender responses for the grant of 2 retail Concessions.Product 1 An airside Concession for executive loungeProduct 2 An airside Concession for executive lounge unit 3LLAOL wishes to appoint a single operator for both products 1 and 2. It is therefore a condition of the tender that each bidder must submit a proposal for both products 1 and 2. Bids submitted for only one unit will be rejected. Please note that the value shown is the total expected value of the concession. This is not the amount to be paid to LLAOL which would be circa £7,800,000 to £9,360,000 for both products.

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: £36,000,000

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

Duration in months

108

This contract is subject to renewal

Yes

Description of renewals

After 9 years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

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

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

See tender documents

three.1.6) Deposits and guarantees required

See tender documents

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

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

See tender documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See tender documents


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

13 January 2023

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: circa 9 years

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

six.4) Procedures for review

six.4.1) Review body

LLA Legal Team

Percival House, Percival Way

Luton

LU2 9NU

Country

United Kingdom