Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned 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
I.4)Type of the contracting authority
Other type: airport utility
I.5)Main activity
Other activity: airport utility
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
L17038-T-TG Project Management and Cost Consultancy for Multi Storey Car Park 2 MSCP2, and works associated with it temporary DOZ, roads, etc.
Reference number: L17038-T-TG
II.1.2)Main CPV code
71541000
II.1.3)Type of contract
Services
II.1.4)Short description:
Project Management and Cost Consultancy: For Multi Storey Car Park 2 MSCP2 Design and Build, plus works associated with it temporary Drop Off Zone, roads, etc.
II.1.5)Estimated total value
Value excluding VAT: 500 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 - Project Management.
Lot 2 - Cost Consultancy.
II.2)Description
II.2.1)Title:
L17038 Project Management For Multi Storey Car Park 2 Design and Build, plus works associated with it temporary Drop Off Zone, roads, etc.
Lot No: Lot 1 Project Management
II.2.2)Additional CPV code(s)
71541000
72224000
II.2.3)Place of performance
NUTS code: UKH21
Main site or place of performance:
II.2.4)Description of the procurement:
Project Management For Multi Storey Car Park 2 Design and Build, and works associated with it temporary Drop Off Zone, roads, etc. See tender for full details.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 380 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
L17038 Cost Consultancy for Multi Storey Car Park 2 Design and Build, plus works associated with it temporary Drop Off Zone, roads, etc.
Lot No: Lot 2 Cost Consultancy
II.2.2)Additional CPV code(s)
71244000
72224000
II.2.3)Place of performance
NUTS code: UKH21
II.2.4)Description of the procurement:
Cost Consultancy: For Multi Storey Car Park 2 (MSCP2) Design and Build, and works associated with it temporary Drop Off Zone, roads, etc.
It is our intention to award the services for both the lots below either jointly to 1 or separately to 2 Suppliers. We do reserve the right to remove lots or add similar related works during the program, should it suit our business needs.
Multi Storey Car Park 2 (MSCP2) and associated works.
Multi Storey Car Park 3 (MSCP3) and associated works.
Temporary Drop Off Zone.
Expansion analysis (Cost consultancy only).
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 120 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.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.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
III.2.2)Contract performance conditions:
See Tender documents for details.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 12/05/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.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)
IV.2.7)Conditions for opening of tenders
Date: 12/05/2017
Local time: 12:05
Place:
Procurement London Luton airport.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Legal Team
Navigation House
Luton
LU2 9LY
United Kingdom
VI.4.2)Body responsible for mediation procedures
Legal Team
Navigation House
Luton
LU2 9LY
United Kingdom
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
06/04/2017