Construction Contract Leads
East of England
Category Services
Type
No. of Lots 1
Status Active
Published 15th Apr 2024
Reference | ocds-h6vhtk-045267 |
Common Procurement Vocabulary | Architectural and related services |
Procurement Method | Open procedure |
Value | £350,000 |
East of England
Category Services
Type
No. of Lots 1
Status Active
Published 15th Apr 2024
Reference | ocds-h6vhtk-045267 |
Common Procurement Vocabulary | Architectural and related services |
Procurement Method | Open procedure |
Value | £350,000 |
Section I: Contracting entity
I.1) Name and addresses
London Luton Airport Operations Limited
London Luton Airport, Navigation House, Airport way
Luton
LU3 9LY
Contact
Terry Gittins
terry.gittins [at] ltn.aero
Telephone
+44 1582405100
Country
United Kingdom
NUTS code
UKH21 - Luton
Internet address(es)
Main address
Buyer's address
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/llaol
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
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
I.6) Main activity
Airport-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
L24050-T-TG Stage 4 Design Services for MSCP2 Rebuild
Reference number
L24050-T-TG
II.1.2) Main CPV code
- 71200000 - Architectural and related services
II.1.3) Type of contract
Services
II.1.4) Short description
In order to maintain the MSCP2 strategic programme whilst we await engagement with the preferred bid main contractor for the delivery of the new car park, it is essential that the design programme is maintained and therefore we require approval of the consultant design team to maintain design activities and commence RIBA Stage 4 design following the delivery of the RIBA Stage 3 on 19th April 2024.The following consultants are requiredArchitect Design ServicesMEP Design ServicesStructural Engineer, Lead Designer ServicesPrincipal Designer under Building Safety ActThe RIBA Stage 4 design will be required to commence on Early May 2024 and be completed by circa. 16th July 2024.See RFQ for full details
II.1.5) Estimated total value
Value excluding VAT: £350,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71220000 - Architectural design services
II.2.3) Place of performance
NUTS codes
- UKH21 - Luton
Main site or place of performance
London Luton Airport
II.2.4) Description of the procurement
In order to maintain the MSCP2 strategic programme whilst we await engagement with the preferred bid main contractor for the delivery of the new car park, it is essential that the design programme is maintained and therefore we require approval of the consultant design team to maintain design activities and commence RIBA Stage 4 design following the delivery of the RIBA Stage 3 on 19th April 2024.The following consultants are requiredArchitect Design ServicesMEP Design ServicesStructural Engineer Lead Designer ServicesPrincipal Designer under Building Safety ActThe RIBA Stage 4 design will be required to commence on Early May 2024 and be completed by circa. 16th July 2024See 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: £350,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
4
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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 for full 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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
See Tender for full details
III.1.6) Deposits and guarantees required
See Tender for full details
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
See Tender for full details
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
See Tender for full details
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
See Tender for full details
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
30 April 2024
Local time
9:00am
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
30 April 2024
Local time
12:00am
Place
At the procurement offices at London Luton airport or remotely via our Procurement portal In-tend
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.4) Procedures for review
VI.4.1) Review body
The Legal team
Percival house, Percival way
Luton
LU2 9NU
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
The Legal Team
Percival House , Percival way
Luton
LU2 9NU
Country
United Kingdom