Tender

JHG Scaffolding Contract 2024 (Lot 1 North, Lot 2 Tameside)

  • Jigsaw Homes Group

F02: Contract notice

Notice identifier: 2024/S 000-001923

Procurement identifier (OCID): ocds-h6vhtk-042e81

Published 19 January 2024, 1:30pm



Section one: Contracting authority

one.1) Name and addresses

Jigsaw Homes Group

Cavendish 249, Cavendish Street

Ashton-under-Lyne

OL6 7AT

Email

jason.pears@jigsawhomes.org.uk

Telephone

+44 1613312192

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.jigsawhomes.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8761

one.3) Communication

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

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8761

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8761

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8761

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

JHG Scaffolding Contract 2024 (Lot 1 North, Lot 2 Tameside)

Reference number

JIG/SCAF/2024

two.1.2) Main CPV code

  • 45261000 - Erection and related works of roof frames and coverings

two.1.3) Type of contract

Works

two.1.4) Short description

The service provider shall be required to have the skills, knowledge, experience and qualifications necessary to deliver an effective scaffolding contract, report on the findings and recommend all appropriate actions and produce a completion certificate to properties owned and managed by Jigsaw Homes Group (JHG) including

- communal (& public) areas to residential properties

- JHG owned commercial properties

- new build properties (from developer handover onwards)

- Any other buildings for which JHG have a responsibility for.

two.1.5) Estimated total value

Value excluding VAT: £1,300,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

JHG Scaffolding Contract Lot 2 Tameside

Lot No

2

two.2.2) Additional CPV code(s)

  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

The service provider shall be required to have the skills, knowledge, experience and qualifications necessary to deliver an effective scaffolding contract, report on the findings and recommend all appropriate actions and produce a completion certificate to properties owned and managed by Jigsaw Homes Group (JHG) including

- communal (& public) areas to residential properties

- JHG owned commercial properties

- new build properties (from developer handover onwards)

- Any other buildings for which JHG have a responsibility for.

This service is currently managed by several contractors throughout the North and Tameside regions. It is our intention to split into four Lots. The first, Lot 1 – North which covers parts of Lancashire, Cheshire, Manchester & Merseyside and second, Lot 2- Tameside area. Bidders can apply for either Lots or both Lots.

The initial contract is for two years with an option to extend for a further two years on a year-by-year basis. The group has approx. 35,000 properties across all regions.

JHG intends to enter into a Responsive Works Contract and upon success of the initial two years it is our intention to extend the contract on a year-on-year basis for a further two years. The approximate number of scaffold works on average per annum is as follows

Lot 1 - JHG North – 1,500 No per Annum

Lot 2 – JHG Tameside – 1,500 per Annum

The successful Contractor(s) will be expected to mobilise to our timescale and be operational by May 2024, please refer to Section 1.10 the Tender Process Summary below for more details.

The initial contract period runs until 31st March 2026 and if successful a further two years extended on a year on year based on performance and by mutual agreement.

two.2.5) Award criteria

Quality criterion - Name: QUALITY & INTERVIEW / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £650,000

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

Start date

1 May 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

option to extend for 2 years on a year by year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) Additional information

see tender docs for additional info

two.2) Description

two.2.1) Title

JHG Scaffolding Contract Lot 1 North

Lot No

1

two.2.2) Additional CPV code(s)

  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

The service provider shall be required to have the skills, knowledge, experience and qualifications necessary to deliver an effective scaffolding contract, report on the findings and recommend all appropriate actions and produce a completion certificate to properties owned and managed by Jigsaw Homes Group (JHG) including

- communal (& public) areas to residential properties

- JHG owned commercial properties

- new build properties (from developer handover onwards)

- Any other buildings for which JHG have a responsibility for.

This service is currently managed by several contractors throughout the North and Tameside regions. It is our intention to split into four Lots. The first, Lot 1 – North which covers parts of Lancashire, Cheshire, Manchester & Merseyside and second, Lot 2- Tameside area. Bidders can apply for either Lots or both Lots.

The initial contract is for two years with an option to extend for a further two years on a year-by-year basis. The group has approx. 35,000 properties across all regions.

JHG intends to enter into a Responsive Works Contract and upon success of the initial two years it is our intention to extend the contract on a year-on-year basis for a further two years. The approximate number of scaffold works on average per annum is as follows

Lot 1 - JHG North – 1,500 No per Annum

Lot 2 – JHG Tameside – 1,500 per Annum

The successful Contractor(s) will be expected to mobilise to our timescale and be operational by May 2024, please refer to Section 1.10 the Tender Process Summary below for more details.

The initial contract period runs until 31st March 2026 and if successful a further two years extended on a year on year based on performance and by mutual agreement.

two.2.5) Award criteria

Quality criterion - Name: QUALITY & INTERVIEW / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £650,000

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

Start date

1 May 2024

End date

30 April 2026

This contract is subject to renewal

Yes

Description of renewals

option to extend for 2 years on a year by year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) Additional information

see tender docs for additional info


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

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

19 February 2024

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 February 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231159.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:231159)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit