Contract notice

Information

Published

Date of dispatch of this notice: 24/07/2017

Expire date: 24/08/2017

External Reference: 2017-066442

TED Reference: 2017/S 142-291445

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Longhurst Group Ltd
03958380
50 Newhall Hill
Birmingham
B13JN
UK
Contact person: Aaron John
Telephone: +44 1707339800
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=20341&B=ECHELON
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Longhurst Group Ltd Repairs,Voids and Planned Maintenance Contract
Reference number:  Ech 788
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Works
II.1.4)

Short description

Provision of responsive repairs, voids and planned maintenance for all current members of the Longhurst Group and any future members of the Group that may join through the life of the contract.
II.1.5)

Estimated total value

Value excluding VAT: 99544180.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

31216200  -  Lightning conductors
31625200  -  Fire-alarm systems
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111400  -  Fire escape equipment
35111500  -  Fire suppression system
44221000  -  Windows, doors and related items
44221200  -  Doors
44221220  -  Fire doors
44221240  -  Garage doors
44480000  -  Miscellaneous fire-protection equipment
45000000  -  Construction work
45100000  -  Site preparation work
45210000  -  Building construction work
45211000  -  Construction work for multi-dwelling buildings and individual houses
45211310  -  Bathrooms construction work
45232420  -  Sewage work
45232421  -  Sewage treatment works
45232423  -  Sewage pumping stations construction work
45260000  -  Roof works and other special trade construction works
45261000  -  Erection and related works of roof frames and coverings
45261200  -  Roof-covering and roof-painting work
45261300  -  Flashing and guttering work
45261400  -  Sheeting work
45261900  -  Roof repair and maintenance work
45262000  -  Special trade construction works other than roof works
45262100  -  Scaffolding work
45262200  -  Foundation work and water-well drilling
45262300  -  Concrete work
45262500  -  Masonry and bricklaying work
45262600  -  Miscellaneous special-trade construction work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45262690  -  Refurbishment of run-down buildings
45262700  -  Building alteration work
45262800  -  Building extension work
45262900  -  Balcony work
45300000  -  Building installation work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312000  -  Alarm system and antenna installation work
45312310  -  Lightning-protection works
45312311  -  Lightning-conductor installation work
45313000  -  Lift and escalator installation work
45315000  -  Electrical installation work of heating and other electrical building-equipment
45317000  -  Other electrical installation work
45320000  -  Insulation work
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45332000  -  Plumbing and drain-laying work
45332200  -  Water plumbing work
45340000  -  Fencing, railing and safety equipment installation work
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
45350000  -  Mechanical installations
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45421130  -  Installation of doors and windows
45421151  -  Installation of fitted kitchens
45430000  -  Floor and wall covering work
45431000  -  Tiling work
45432000  -  Floor-laying and covering, wall-covering and wall-papering work
45440000  -  Painting and glazing work
45450000  -  Other building completion work
50413200  -  Repair and maintenance services of firefighting equipment
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000  -  Repair and maintenance services of building installations
50720000  -  Repair and maintenance services of central heating
50721000  -  Commissioning of heating installations
50730000  -  Repair and maintenance services of cooler groups
50750000  -  Lift-maintenance services
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
51700000  -  Installation services of fire protection equipment
75251110  -  Fire-prevention services
79512000  -  Call centre
90733000  -  Services related to water pollution
90922000  -  Pest-control services
II.2.3)

Place of performance

NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Longhurst Group Properties are currently located in the East and West Midlands. A full property list is provided as part of the ISDS
II.2.4)

Description of the procurement

Provision of responsive repairs, voids and planned maintenance works.
The anticipated annual contract value excluding Vat is:
Responsive Repairs 5,094,092
Voids 1,625,000
Kitchens and Bathrooms 2,105,000
Electrical Testing and Remedial works 1,130,327
Total 9,954,418
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: 99544180.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is envisaged that 5 candidates will be invited to submit ISDS, following short listing at SQ stage as set out within the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The term shall be for an initial period of 5 years with the option to extend for a further period of 5 years subject to the sole discretion of the Client.
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

All criteria and exclusion grounds to be used to short-list Candidates to be Invited to Tender are set out in the tender documents, available to download from the EU Supply portal.

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:  Applicants will be required to complete a Standard Selection Questionnaire and return this electronically via the EUSupply portal by the specified deadline.
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.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out within the Contract documents.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:  24/08/2017
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 04/09/2017
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 : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The contracting authority reserves the right to cancel the procurement and not to proceed with the long term Contract at any stage of the procurement process. The contracting authority also reserves the right not to award a contract. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this contract.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC2A2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Longhurst Group will observe a standstill period following the award of the Contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A2AS
UK

VI.5)

Date of dispatch of this notice

24/07/2017