Contract notice

Information

Published

Date of dispatch of this notice: 15/10/2018

Expire date: 14/11/2018

External Reference: 2018-551767

TED Reference: 2018/S 201-455879

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: Fiona Lowe
Telephone: +44 707339800
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=25458&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 Heating Contract
Reference number:  Ech 881_1 Longhurst Group Heating
II.1.2)

Main CPV code

50700000  -  Repair and maintenance services of building installations
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Longhurst Group is seeking expressions of interest from suitably experienced and qualified Service Providers to undertake domestic and commercial gas heating works to its housing stock portfolio, comprising servicing, repair and breakdown and planned installation/replacement works. The TPC 2005 (as amended) will run for a maximum of 10 years: an initial 5 years with the option to extend by up to 5 further years. The works are being procured under a Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Bidders are required to complete a Selection Questionnaire under stage 1 of the process. The Longhurst Group will evaluate submitted SQs and anticipates short listing a maximum of five suppliers who will be Invited to Tender but reserves the right to increase or decrease this number by 1 or 2 if scores are closely placed around the cut-off point. Full details of this opportunity are included in the procurement documents.
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50712000  -  Repair and maintenance services of mechanical building installations
50720000  -  Repair and maintenance services of central heating
50721000  -  Commissioning of heating installations
45331100  -  Central-heating installation work
09331000  -  Solar panels
09332000  -  Solar installation
II.2.3)

Place of performance

Main site or place of performance:  
East and central England
II.2.4)

Description of the procurement

The Longhurst Group is seeking expressions of interest from suitably experienced and qualified Service Providers to undertake domestic and commercial gas heating works to its housing stock portfolio. The works will comprise servicing, repair and breakdown and planned installation/replacement works and will be delivered under a TPC 2005 (as amended). The Contract will run for a maximum of 10 years: it will run for an initial 5 years with the option to extend by up to 5 further years.
The works are being procured under a Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Prospective Service Providers are required to complete a Selection Questionnaire under the first stage of this process. The Longhurst Group will evaluate submitted SQs and anticipates short listing a maximum of six suppliers who will be Invited to Tender. The Longhurst Group reserves the right to increase or decrease this number by 1 or 2 if scores are closely placed around the cut-off point. Full details of the requirements, evaluation criteria and all other information pertaining to this opportunity are included in the procurement documents.
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: 50000000.00  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:
As set out in 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 contract will run for an initial period of five years with the option to extend by up to a further five years as set out in the contract documents.
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:  As set out in the procurement documents.
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 in the procurement 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

Restricted 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:  14/11/2018
Local time:  12:00
IV.2.3)

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

Date: 03/12/2018
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
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

Cabinet Office
70 Whitehall
London
SW1A 2AS
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
SW1A 2AS
UK