Tender

Grounds Maintenance Services

  • Longhurst Group

F02: Contract notice

Notice identifier: 2023/S 000-032850

Procurement identifier (OCID): ocds-h6vhtk-03f7ff

Published 6 November 2023, 5:11pm



Section one: Contracting authority

one.1) Name and addresses

Longhurst Group

1 Crown Court, Crown Way

Rushden

NN10 6BS

Contact

Mrs Zoe Berriman

Email

zoe.berriman@longhurst-group.org.uk

Country

United Kingdom

Region code

UKF - East 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=a7c12a08-7b6e-ee11-8124-005056b64545

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=a7c12a08-7b6e-ee11-8124-005056b64545

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

Grounds Maintenance Services

Reference number

DN695145

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Longhurst Group invites tenders from suitably experienced

organisations who can demonstrate knowledge, skill and innovation in delivering Grounds Maintenance Services to our general needs, leasehold, care and support

and office stock. The services are in relation to Longhurst Group's current and future

properties. Services will be delivered under a TPC 2005 (as amended) for a maximum of

5 years: which will run for an initial period of 3 years with the option to extend by up to

a further 2 years. Customer care excellence and high customer satisfaction is at the

heart of our Grounds Maintenance service. The successful implementation of ICT is one of the key

drivers for the successful delivery of the Grounds Maintenance 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 – West Region

Lot 3 – South Region

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 5 service

providers per Lot (15 in total) to be Invited to Submit their Tenders.

two.1.5) Estimated total value

Value excluding VAT: £9,256,000

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: 2

two.2) Description

two.2.1) Title

East Region

Lot No

1

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE13 - North and North East Lincolnshire
  • UKH - East of England

two.2.4) Description of the procurement

Grounds Maintenance services to our general needs, leasehold, care and

support and office stock located within the Group’s East Region.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Interview / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,277,357

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

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 2 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

West Region

Lot No

2

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Grounds Maintenance services to our general needs, leasehold, care and

support and office stock located within the Group’s West Region.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Interview / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,747,955

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

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 2 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

South Region

Lot No

3

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)

two.2.4) Description of the procurement

Grounds Maintenance services to our general needs, leasehold, care and

support and office stock located within the Group’s South Region.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Interview / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,230,310

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

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 2 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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: 2023/S 000-025452

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 December 2023

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

22 December 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts Of Justice, The Strand

London

Country

United Kingdom