Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Grounds Maintenance Services.

  • First published: 09 March 2017
  • Last modified: 09 March 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Longhurst Group
Authority ID:
AA20207
Publication date:
09 March 2017
Deadline date:
07 April 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Longhurst Group is procuring on behalf of FCH for Grounds Maintenance Services. Longhurst Group is a leading provider of housing, care and support services operating in more than 45 local authority areas across the Midlands and East of England, managing over 18 700 homes.

Friendship Care and Housing (FCH) is part of the Longhurst Group, based in Birmingham and manages over 4 600 homes in Birmingham, West Midlands and East Midlands.

This lot is for the provision of Grounds Maintenance Services as outlined in ll.1.4 for the circa 200 schemes/locations in the FCH geographical area. Each location has a specific list of tasks and areas to be serviced, each to a specified frequency and specification.

The approximate budget for these works (net of VAT) is 260 000 GBP per annum.

The ten year term is based on a contract structure of 3+3+2+2 years if all extension options are granted, amounting to a 2 600 000 GBP expenditure over the full 10 year term.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Longhurst Group Limited

Leverett House, Endeavour Park

Boston

PE21 7TQ

UK

Contact person: ARK Consultancy Limited

Telephone: +44 1215153831

E-mail: mrichardson@arkconsultancy.co.uk

Fax: +44 1215153923

NUTS: UKF

Internet address(es)

Main address: www.longhurst-group.org.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://tendermanagement.launchcontrol-systems.com/register/index/5611c3317f


Additional information can be obtained from another address:

ARK Consultancy Limited

Unit 1, 14 Hylton Street

Birmingham

B18 6HN

UK

Contact person: Mark Richardson

Telephone: +44 1215153831

E-mail: mrichardson@arkconsultancy.co.uk

Fax: +44 1215153923

NUTS: UKG31

Internet address(es)

Main address: www.arkconsultancy.co.uk

Tenders or requests to participate must be sent electronically to:

www.procure-plus.com


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

Provision of Grounds Maintenance Services.

II.1.2) Main CPV code

77000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of a high quality, good value Grounds Maintenance service through a suitably experienced and

responsible Service Provider, where the nature and quality of services can be seen to deliver high levels of

customer satisfaction and value for money, and where the contractor takes responsibility to improve, enhance

and then maintain Longhurst Group's landscaping to the highest possible standard.

The required Services will include:

(a) The maintenance and cutting of grass sward, including pre-cutting litter picking,

(b) Maintenance and cleaning of hard landscape, paths, patios, car parking areas and unadopted access roads,

(c) Maintenance and relevant horticultural and arboricultural tasks to planted areas, shrub beds, hedging and

trees,

(d) maintenance of external bin areas.

II.1.5) Estimated total value

Value excluding VAT: 6 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 — Properties/Schemes owned or managed by Friendship Care & Housing (FCH)

Lot 2 — Properties/Schemes owned or managed by Longhurst & Havelok Homes (L&H).

II.2) Description

Lot No: 1

II.2.1) Title

FCH

II.2.2) Additional CPV code(s)

77314000

II.2.3) Place of performance

NUTS code:

UKG3


Main site or place of performance:

The Grounds Maintenance service will be provided to properties and schemes owned and managed by FCH and/or Longhurst Group in Birmingham and the wider West Midlands & East Midlands.

II.2.4) Description of the procurement

Longhurst Group is procuring on behalf of FCH for Grounds Maintenance Services. Longhurst Group is a leading provider of housing, care and support services operating in more than 45 local authority areas across the Midlands and East of England, managing over 18 700 homes.

Friendship Care and Housing (FCH) is part of the Longhurst Group, based in Birmingham and manages over 4 600 homes in Birmingham, West Midlands and East Midlands.

This lot is for the provision of Grounds Maintenance Services as outlined in ll.1.4 for the circa 200 schemes/locations in the FCH geographical area. Each location has a specific list of tasks and areas to be serviced, each to a specified frequency and specification.

The approximate budget for these works (net of VAT) is 260 000 GBP per annum.

The ten year term is based on a contract structure of 3+3+2+2 years if all extension options are granted, amounting to a 2 600 000 GBP expenditure over the full 10 year term.

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: 2 600 000.00  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 minimum number: 5

Objective criteria for choosing the limited number of candidates:

The selection process will include a pre-qualification stage and the number of service providers selected to proceed to tender will be dependent upon the scores achieved through pre-qualification. The Client will determine an appropriate threshold for selection once the pre-qualification scoring has been completed.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The full ten year contract term is based on 3+3+2+2 years if all of the extension options are granted. The contract will be initially let for a period of 36 months (3 years).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

L&H

II.2.2) Additional CPV code(s)

77314000

II.2.3) Place of performance

NUTS code:

UKF


Main site or place of performance:

The Grounds Maintenance service will be provided to properties and schemes owned and managed by L&H and/or Longhurst Group in Cambridgeshire, Lincolnshire and Nottinghamshire.

II.2.4) Description of the procurement

Longhurst Group is procuring on behalf of L&H for Grounds Maintenance Services. Longhurst Group is a leading provider of housing, care and support services operating in more than 45 local authority areas across the Midlands and East of England, managing over 18 700 homes.

Friendship Care and Housing (FCH) is part of the Longhurst Group, based in Birmingham and manages over 4 600 homes in the East Midlands.

This lot is for the provision of Grounds Maintenance Services as outlined in ll.1.4 for the circa 300 schemes/locations in the L&H geographical area. Each location has a specific list of tasks and areas to be serviced, each to a specified frequency and specification.

The approximate budget for these works (net of VAT) is 360 000 GBP per annum.

The ten year term is based on a contract structure of 3+3+2+2 years if all extension options are granted, amounting to a £3,600,000 expenditure over the full 10 year term.

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: 3 600 000.00  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 minimum number: 5

Objective criteria for choosing the limited number of candidates:

The selection process will include a pre-qualification stage and the number of service providers selected to proceed to tender will be dependent upon the scores achieved through pre-qualification. The Client will determine an appropriate threshold for selection once the pre-qualification scoring has been completed.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The full ten year contract term is based on 3+3+2+2 years if all of the extension options are granted. The contract will be initially let for a period of 36 months (3 years).

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.1.2) 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

The service expectations of Longhurst Group are set out in the Invitation to Tender documentation.

This includes a Grounds Maintenance schedule and specification.

This also includes a set of Key Performance Indicators which will be reviewed and refined with the selected Service Provider.

Longhurst Group expect the selected Service Provider to continually improve both service quality and value for money over the duration of the contract.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about 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: 07/04/2017

Local time: 13:00

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

Date: 18/04/2017

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30/11/2017

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

Internet address(es)

URL: www.justice.gov.uk

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

Internet address(es)

URL: www.justice.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with the requirements of the Public Contracts Regulations 2015.

VI.4.4) Service from which information about the review procedure may be obtained

ARK Consultancy Limited

Unit 1, 14 Hylton Street

Birmingham

B18 6 HN

UK

Telephone: +44 1215153831

E-mail: mrichardson@arkconsultancy.co.uk

Fax: +44 1215153923

Internet address(es)

URL: www.arkconsultancy.co.uk

VI.5) Date of dispatch of this notice

08/03/2017

Coding

Commodity categories

ID Title Parent category
77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services Agriculture and Food
77314000 Grounds maintenance services Planting and maintenance services of green areas

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
mrichardson@arkconsultancy.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.