Section I: Contracting authority
I.1)Name, addresses and contact point(s)London Luton Airport Limited ("LLAL")
C/O Luton Borough Council, Corporate Procurement Unit, 2nd Floor, Wesley House, 19 Chapel Street
Contact point(s): London Luton Airport Limited c/o Luton Borough Council
For the attention of: Chris Addey Corporate Procurement Manager
LU1 2SE Luton
UNITED KINGDOM
Telephone: +44 1582546867
E-mail:
Internet address(es)
General address of the contracting authority http://www.luton.gov.uk
Address of the buyer profile http://http://www.luton.gov.uk/internet/business/selling%20to%20luton%20council
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Engineering, Project Management and Environmental Adviser.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 11: Management consulting services [6] and related services
Main place of performance: Luton United Kingdom.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Project management consultancy services. Civil Engineering consultancy services. Airport engineering services. Environmental engineering consultancy services. London Luton Airport Limited (LLAL) is seeking to appoint an engineering consultant to assist LLAL's planning consultant and other advisers in preparing and pursuing planning application(s) for the possible development of London Luton Airport to a capacity of around 18mppa and taking steps separetely to pursue a possible development consent with the IPC (Infrastructure Planning Commission) or its successor for an airport with capacity of around 20mppa. Candidates are advised to read the Scope of Work Documentation which is available at http://www.luton.gov.uk/internet/business/selling%20to%20luton%20council.
This is likely to include the following:
1. Project managing the processes to the extent required by LLAL;
2. Providing design led services to support the planning application and outline proposals for the development consent process;
3. Co-ordinating and providing the input for and producing the Environmental Statement and undertake initial stages for an Environmental Impact Assessment for the development consent process;
4. Preparing the health impact assessment;
5. Participating in the required consultation for each of the processes;
6. Providing support for any transaction to implement the development of the airport if required by LLAL; and;
7. Conducting and administering a consultation process in relation to the proposals.
II.1.6)Common procurement vocabulary (CPV)72224000, 71311000, 71311240, 71313000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scopeEstimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 400 000,00 and 600 000,00 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: LLAL will require a unilateral option to extend the intitial contract term by up to 15 months.
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 14 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees requiredLLAL's particular requirements will be set out in the invitation to Tender and may include, inter alia, performance bond(s) and/or parent-company guarantee(s) and.or other form(s) of security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing themTo be determined. Further details will be set out in the Invitation to Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awardedLLAL's particular requirements are to be determined but LLAL may require that any contract(s) awarded shall be entered into by a single legal entity on the part of the sucessful candidate(s).
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended, on the basis of information provided in response to a pre-qualification questionnaire (PQQ) copies of which can be downloaded from the following website http://www.luton.gov.uk. Completed PQQ's must be returned to LLAL using the email address before the deadline specified in section IV.3.4.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureAccelerated restricted
Justification for the choice of accelerated procedure Taking advantage of relaxation of the use of the accelerated procedure as a result of the economic downturn and urgency ot the requirement.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5 and maximum number 7
Objective criteria for choosing the limited number of candidates: LLAL intends to invite between 5 and 7 candidates to Tender on the basis of the ranking of candidates at the qualification/PQQ evaluation stage at whcih the criteria referred to in Part 4 of the Public Contracts Regulations 2006, as amended will be assessed and marked.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:Tender no. 0717
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate3.10.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationLLAL expressly reserves the rights:
i) not to award any contract as a result of the procureent process commenced by publication of this notice;
ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
iii) to award one or more contract(s) in relation to part only of the requirements covered by this notice;
iv) to award a contract(s) in stages, and in no circumstances will LLAL of Luton Borough Council be liable for any costs incurred by candidates.
LLAL will be conducting this procurement on behalf of itself and Luton Borough Council. Any contract(s) awarded may be entered into by and/or for the benefit of either or both of the above parties.
LLAL considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement documentation, and the contract will be awarded on the basis of the most economically advantageous tender.
With reference to section II.1.9 Variant bids may, at the discretion of LLAL, be permissible within parameters to be set out in the Invitation to Tender documentation.
This requirement is also being advertised under Directive 2004/17/EC. However a single accelerated restricted procedure will be followed pursuant to both Directive 2004/17/EC amd Directive 2004/18/EC.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: LLAL will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by LLAL as soon as possible after the decision has been made as to the reasons whu the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulation 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must generally be brought within three months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where LLAL has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order LLAL to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order LLAL to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.9.2011