Contract notice

Information

Published

Expire date: 16/03/2022

External Reference: 2022-586550

FTS Reference: 2022-004139

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Longhurst Group
5345282
Leverett House, Gilbert Drive,
Boston
PE21 7TQ
UK
Contact person: Sharon Hunt
Telephone: +44 1707339800
NUTS code:  UKF -  EAST 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=42593&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

Regional or local agency/office
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Longhurst Out of Hours Call Centre
Reference number:  ECH1090
II.1.2)

Main CPV code

79512000  -  Call centre
II.1.3)

Type of contract

Services
II.1.4)

Short description

Longhurst Group is seeking solutions from suitably qualified and experienced Service Providers to enter into a long-term arrangement for the delivery of their Out of Hours call handling services. Longhurst Group intends to enter into contract with the successful Service Provider for a period of 5 years, with an initial term of three years and 2 further one year extensions. The estimated value of the contract is c £130k pa ex VAT.
II.1.5)

Estimated total value

Value excluding VAT: 650000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79510000  -  Telephone-answering services
79512000  -  Call centre
II.2.3)

Place of performance

NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
II.2.4)

Description of the procurement

Longhurst is one of the largest housing groups in the Midlands and East of England, they own and manage over 23,500 homes and deliver a wide range of care and support services.
Longhurst operate in 50 local authority areas, with over 1,200 colleagues, 10 office bases and over 80 care and support locations
Longhurst Group is seeking solutions from suitably qualified and experienced Service Providers to enter into a long-term arrangement for the delivery of their Out of Hours call handling services. Longhurst Group intends to enter into contract with the successful Service Provider for a period of 5 years, with an initial term of three years and 2 further one year extensions. The estimated value of the contract is c £130k pa ex VAT.
Longhurst is following an Open procurement process in accordance with the Public Contract Regulations 2015. Full details of the requirements and instructions are included in the procurement and Tender 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: 650000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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:  As detailed in the procurement and Tender 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 detailed in the procurement and Tender 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

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/03/2022
Local time:  12:00
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)
IV.2.7)

Conditions for opening of tenders

Date:  16/03/2022
Local time:  12:00

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 contract award at any stage of the procurement process. The Contracting Authority also reserves the right not to award the contract. Neither the Contracting Authority nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the 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

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Authority will observe a 10 day stand still period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contract 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