By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

London Luton Airport Taxiway and Apron Upgrade.

Contract notice - utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

London Luton Airport Group Limited
Navigation House, Airport Way Luton, Bedfordshire
Contact point(s): ChandlerKBS
For the attention of: Chris Hunt
LU2 9LY Luton
UNITED KINGDOM
Telephone: +44 2920352316
E-mail:
Fax: +44 2920352400

Internet address(es):

General address of the contracting entity: http://www.london-luton.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for 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)Main activity
Airport-related activities
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
London Luton Airport Taxiway and Apron Upgrade.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: London Luton Airport.

NUTS code UKH21

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):
Extension of Taxiway 08 toward the south-west; extension of the Airport's southern apron and reconfiguration of Stand 16.
II.1.6)Common procurement vocabulary (CPV)

45235310, 45235311 - MA01, 45235320, 45235111, 45235000, 45235100, 34997200, 34997210

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Construction elements to include, excavation, drainage, concrete work, surfacing base and wearing courses, paving, markings and airfield ground lighting (AGL).
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Airside Improvements - Extension of Taxiway 08
1)Short description:
Paving and associated works to extend runway 08 toward the south-west.
2)Common procurement vocabulary (CPV)

45235310, 45235311 - MA01, 45235320, 45235111, 45235000, 45235100, 34997200, 34997210

Lot No: 2 Lot title: Airside Improvements - Southern Apron Extension
1)Short description:
Paving and associated works in connection with improvements to aircraft parking capacity and related facilities.
2)Common procurement vocabulary (CPV)

45235310, 45235311 - MA01, 45235320, 45235111, 45235000, 45235100, 34997200, 34997210

Lot No: 3 Lot title: Airside Improvements - Stand 16 Reconfiguration
1)Short description:
Paving and associated works in connection with improvements to aircraft parking and related facilities.
2)Common procurement vocabulary (CPV)

45235310, 45235311 - MA01, 45235320, 45235111, 45235000, 45235100, 34997200, 34997210

Lot No: 4 Lot title: Airside Improvements - Taxiway 08, Southern Apron and Stand 16 works awarded aa a single Package
1)Short description:
Paving and associated works to all airside improvements.
2)Common procurement vocabulary (CPV)

45235310, 45235311 - MA01, 45235320, 45235111, 45235000, 45235100, 34997200, 34997210

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a consortium or other group of more than one legal entity jointly bidding the contracting entity may require the consortium to operate on the basis of joint and several liability.
Where the bidder is a special purpose company with separate legal personality established
for the purposes of tendering for this or other contracts, the contracting entity may require guarantees to be provided by participants in that company or their parent organisations.
III.1.4)Other particular conditions:
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: An economic operator will be ineligible for participation in the tender process where the economic operator or its directors or any person who has powers of representation, decision or control of the economic operator has been convicted of any of the offences listed at regulation 26 paragraph 1 of the Utilities Contracts Regulations 2006 as amended by subsequent legislation, such ineligibility being subject to paragraph 2 of regulation 26).
An economic operator may be judged ineligible for participation in the tender process where any of the grounds set out at Regulation 26 paragraph 5 of the Utilities Contracts Regulations 2006 as amended by subsequent legislation applies to the Economic Operator. Economic operators responding to this notice shall provide written confirmation as to their status with respect to the matters set out in paragraphs 1 and 5 of regulation 26.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Requirements concerning information about economic and financial ability will be set out in the Prequalification Documentation and Questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Requirements concerning information about technical capacity will be set out in the Prequalification Documentation and Questionnaire (PQQ).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.4.2016
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
Candidates may apply and tenders may, subject to the outcome of selection stage, be submitted in respect of any individual lot or any of the following combination of Lots (refer also to Appendix B):
Lots 1 & 2, Lots 2 & 3, Lots 1 & 3. It should be noted that a combination of all 3 lots is termed and established as ‘Lot 4’ in this procurement.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: London Luton Airport Group Ltd will incorporate a minimum 10 calendar day standstill period at the point information on the intended award of the contract is communicated to tenderers. The notification will provide full information on the award decision in accordance with the requirements of the Utilities Contract Regulations.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
15.3.2016