Section one: Contracting authority
one.1) Name and addresses
Longhurst Group Limited
Leverett House, Gilbert Drive
Boston
PE21 7TQ
Contact
Mrs Zoe Berriman
procurement@longhurst-group.org.uk
Telephone
+44 1205592007
Country
United Kingdom
NUTS code
UKG - West Midlands (England)
Internet address(es)
Main address
https://www.longhurst-group.org.uk/
Buyer's address
https://www.longhurst-group.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=f7dbc31f-abbc-eb11-810c-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=f7dbc31f-abbc-eb11-810c-005056b64545
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Responsive Repairs and Voids
Reference number
DN539436
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
II.1.4) Short description: Longhurst Group invites tenders from suitably experienced organisations who can demonstrate knowledge, skill and innovation in delivering responsive repairs and voids services to our general needs, leasehold, care and support and office stock. The works are in relation to Longhurst Group's current and future properties. Works will be delivered under a TPC 2005 (as amended) for a maximum of 10 years: which will run for an initial period of 5 years with the option to extend by up to a further 5 years. Customer care excellence and high customer satisfaction is at the heart of our repair service. The successful implementation of ICT is one of the key drivers for the successful delivery of the Responsive Repairs and Void service with the continued development of systems through the life of the contract.
Our requirement is split into geographical Lots as detailed below;
Lot 1 – East Region
Lot 2 – South Region
Lot 3 – West Region
Longhurst Group are looking to let a long term partnership contract covering responsive repairs and voids over its 3 geographical regions and 20,000+ properties. The scope is broken into 3 areas for all Lots:
1. Core scope – Responsive Repairs and Voids - £13M per annum
a. The core scope of the contract is strictly for the delivery of repairs and voids (core scope) - customers are at the heart of everything the Group does and as such the Group are looking for partners who can deliver operational and customer service excellence. The contract will be let on this basis and these works will form the only exclusive works from day 1 of the contract.
2. Additional scope - Electrical Testing and Repairs, Asbestos Testing & Remedials, Fire Safety Works, Legionella Testing & Remedials, Kitchens and Bathrooms - £5M per annum - this scope will be tested with bidders during dialogue in order to understand the benefit of potentially including from contract year 2 onwards.
3. Further opportunities - to understand possible opportunities for widening and/or deepening the scope of the contract from contract year 3 - £5M per annum.
a. Longhurst Group have implemented ambitious strategies to address the key challenges of our time in this sector - housing crisis, decarbonisation, social inequality and the environment. As a result, we are actively looking for our key strategic partners to help the implementation of these strategies and would potentially consider widening the breadth and depth of relationships with our partners during the course of the contract based on the right conditions.
Please note that points 2 and 3 above are not guaranteed or exclusive and will not form the scope of the contract to be awarded for day 1. Longhurst Group are keen to understand the potential opportunity of widening and deepening the scope but it is incumbent on bidders to robustly demonstrate the rationale linked to the four strategy areas.
TUPE is applicable to this tender and there is likely to be employees transferring from existing service provider(s).
Organisations seeking to respond to this opportunity are required to complete and submit a Selection Questionnaire. Full details of this opportunity and the requirements are within the procurement documents. Following evaluation of submitted Selection Questionnaires, Longhurst Group anticipates short listing a maximum of 6 service providers per Lot (18 in total) to be Invited to Submit their Detailed Solution.
two.1.5) Estimated total value
Value excluding VAT: £247,770,638
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Responsive Repairs and Voids – East Region
Lot No
1
two.2.2) Additional CPV code(s)
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 35000000 - Security, fire-fighting, police and defence equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 75000000 - Administration, defence and social security services
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
two.2.4) Description of the procurement
Responsive repairs and voids services to our general needs, leasehold, care and support and office stock located within the Group’s East Region.
The scope of this Lot is as follows (please see the short description above at section II.1.4);
1) Core Scope – Responsive Repairs and Voids – £4.8M per annum
2) Additional Scope - Electrical Testing and Repairs, Asbestos Testing & Remedials, Fire Safety Works, Legionella Testing & Remedials, Kitchens and Bathrooms – £1.8M per annum
3) Further Opportunities – £2M per annum
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Sustainability/Environmental Benefit / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £90,937,610
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the Selection Questionnaire
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The option to extend the contract up to a further 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Responsive Repairs and Voids – South Region
Lot No
2
two.2.2) Additional CPV code(s)
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 35000000 - Security, fire-fighting, police and defence equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 75000000 - Administration, defence and social security services
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
Responsive repairs and voids services to our general needs, leasehold, care and support and office stock located within the Group’s South Region.
The scope of this Lot is as follows (please see the short description above at section II.1.4);
1) Core Scope – Responsive Repairs and Voids – £5M per annum
2) Additional Scope - Electrical Testing and Repairs, Asbestos Testing & Remedials, Fire Safety Works, Legionella Testing & Remedials, Kitchens and Bathrooms – £1.6M per annum
3) Further Opportunities – £2.1M per annum
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Sustainability/Environmental Benefit / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £92,635,714
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the Selection Questionnaire
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The option to extend the contract up to a further 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Responsive Repairs and Voids – West Region
Lot No
3
two.2.2) Additional CPV code(s)
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 35000000 - Security, fire-fighting, police and defence equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 75000000 - Administration, defence and social security services
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Responsive repairs and voids services to our general needs, leasehold, care and support and office stock located within the Group’s West Region.
The scope of this Lot is as follows (please see the short description above at section II.1.4);
1) Core Scope – Responsive Repairs and Voids – £3.1M per annum
2) Additional Scope - Electrical Testing and Repairs, Asbestos Testing & Remedials, Fire Safety Works, Legionella Testing & Remedials, Kitchens and Bathrooms – £1.6M per annum
3) Further Opportunities – £1.3M per annum
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Sustainability/Environmental Benefit / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £64,197,315
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the Selection Questionnaire.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The option to extend the contract up to a further 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 234-578998
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 June 2021
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 July 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
In relation to II.2 Description of Multiple Lots please find below details on the objective criteria and some further information;
Bidders can submit a Selection Questionnaire (SQ) response for (and therefore ultimately submit tender submissions for) either:
1) a single lot; or
2) multiple lots; or
3)all lots
However, bidders will only be awarded one (1) single lot.
At the SQ stage all Bidders must detail the lots they are submitting a response to bid for and provide their preference order/rank of lots should they be successful and be ranked highest in more than one lot at CFT stage.
If a single bidder is ranked highest for more than one Lot, they will be awarded their highest preference lot indicated at the SQ stage. The other Lot(s) will be awarded the 2nd highest ranking bidder in each Lot as applicable. Should the same apply (i.e. the 2nd highest ranking bidder then be highest ranked across the remaining two Lots) it will be awarded based on their highest preference indicated at the SQ stage, with the final Lot being awarded to the next highest ranked bidder. If the second ranking bidder's 1st preference was the lot already awarded, then it would be their second preference that they are awarded.
The Group reserves the right to award a single supplier a second lot should the outcome of the procurement process be that the Group do not have any other options but to award a second lot to a single supplier to ensure that each lot has a Supplier appointed.
Please see the procurement document for further information.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts Of Justice, The Strand
London
Country
United Kingdom