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

Air traffic control and supporting engineering services.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

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

London Luton Airport Operations Limited
London Luton Airport, Navigation House, Airport Way
For the attention of: Neil Thompson
LU2 9LY Luton
UNITED KINGDOM
Telephone: +44 1582405100
E-mail:

Internet address(es):

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

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA21327

Further information can be obtained from: Northstar Business Solutions
Thremhall House, Thremhall Park
For the attention of: George Tosh
CM22 7WE Bishops Stortford
UNITED KINGDOM
Telephone: +44 1279874461
E-mail:

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: Northstar Business Solutions
Thremhall House, Themhall Park
For the attention of: George Tosh
CM22 7WE Bishops Stortford
UNITED KINGDOM
Telephone: +44 1279874461
E-mail:

Tenders or requests to participate must be sent to: Northstar Business Solutions
Thremhall House, Thremhall Park
For the attention of: George Tosh
CM22 7WE Bishops Stortford
UNITED KINGDOM
Telephone: +44 1279874461
E-mail:

I.2)Main activity
Airport-related activities
I.3)Contract award on behalf of other contracting entities

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Air traffic control and supporting engineering services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: London Luton Airport.

NUTS code UK

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):
Air traffic control, and the maintenance and repair of systems and equipment used for air traffic control.
II.1.6)Common procurement vocabulary (CPV)

34962220, 50312000, 50324100, 34962200

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
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: yes
Description of these options: The purchaser will have the option to renew the contract for a further 2 years and again for a further year.
Provisional timetable for recourse to these options:
in months: (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.11.2012 Completion 31.10.2015

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As provided in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As provided in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contract will be awarded to a limited liability company registered in the UK or in another EU jurisdiction.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As provided in the tender documents.
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: As provided in the tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As provided in the tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As provided in the tender documents.
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
Restricted
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
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
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
16.12.2011 - 17:00
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 tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Autumn 2015.
VI.2)Information about European Union funds
VI.3)Additional information:
(MT Ref:84811).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.11.2011