Section one: Contracting authority
one.1) Name and addresses
Jigsaw Homes Group
Cavendish 249, Cavendish Street
Ashton-under-Lyne
OL6 7AT
Contact
Alex Fisher
alex.fisher@jigsawhomes.org.uk
Telephone
+44 1613312178
Country
United Kingdom
NUTS code
UKD - North West (England)
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 Gas Condensing Boiler Renewal Contract
two.1.2) Main CPV code
- 45331110 - Boiler installation work
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 programme of renewal of gas condensing boilers, 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.
The initial contract for the first year, 2023/2024 will be a Pilot scheme with the numbers to be approximately 1000 per year.
JHG intends to enter into a Contract, please refer to Section 9 – Terms of Agreement for more information and upon success of the initial Pilot scheme it is our intention to extend the contract on a year on year basis for a further four years. The approximate number of gas condensing boiler replacement and heating replacement during the whole life of the contract with an approximate split of 50/50 between the North & Tameside is as follows;
2023/2024 - Pilot Scheme – 500 No Lot 1 only
2024/2025 - up to 1,000 No Lot 1 & 1,000 No Lot 2
2025/2026 - up to 1,000 No Lot 1 & 1,000 No Lot 2
2026/2027 - up to 1,000 No Lot 1 & 1,000 No Lot 2
2027/2028 - up to 1,000 No Lot 1 & 1,000 No Lot 2
two.1.5) Estimated total value
Value excluding VAT: £21,250,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
JHG Gas Condensing Boiler Renewal Contract ( Lot 2 Tameside)
Lot No
2
two.2.2) Additional CPV code(s)
- 45331110 - Boiler installation 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 programme of renewal of gas condensing boilers, 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 a mixture of in-house Operatives mixed with several contractors throughout the North & Tameside regions. It is our intention to outsource the whole of the Heating Upgrade and split into two Lots. The first, Lot 1 – North which covers parts of Greater Manchester, Lancashire, Cheshire & Merseyside and second, Lot 2 – Tameside area. Bidders can apply for either Lots or both Lots.
The initial contract for the first year, 2023/2024 will be a Pilot scheme with the numbers to be approximately 1000 per year.
JHG intends to enter into a Contract, please refer to Section 9 – Terms of Agreement for more information and upon success of the initial Pilot scheme it is our intention to extend the contract on a year on year basis for a further four years. The approximate number of gas condensing boiler replacement and heating replacement during the whole life of the contract with an approximate split of 50/50 between the North & Tameside is as follows;
2023/2024 - Pilot Scheme – 500 No Lot 1 only
2024/2025 - up to 1,000 No Lot 1 & 1,000 No Lot 2
2025/2026 - up to 1,000 No Lot 1 & 1,000 No Lot 2
2026/2027 - up to 1,000 No Lot 1 & 1,000 No Lot 2
2027/2028 - up to 1,000 No Lot 1 & 1,000 No Lot 2
two.2.5) Award criteria
Quality criterion - Name: 70 cost, 30 quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
31 March 2028
This contract is subject to renewal
No
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) Description
two.2.1) Title
JHG Gas Condensing Boiler Renewal Contract (Lot 1 North)
Lot No
1
two.2.2) Additional CPV code(s)
- 45331110 - Boiler installation 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 programme of renewal of gas condensing boilers, 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 a mixture of in-house Operatives mixed with several contractors throughout the North & Tameside regions. It is our intention to outsource the whole of the Heating Upgrade and split into two Lots. The first, Lot 1 – North which covers parts of Greater Manchester, Lancashire, Cheshire & Merseyside and second, Lot 2 – Tameside area. Bidders can apply for either Lots or both Lots.
The initial contract for the first year, 2023/2024 will be a Pilot scheme with the numbers to be approximately 1000 per year.
JHG intends to enter into a Contract, please refer to Section 9 – Terms of Agreement for more information and upon success of the initial Pilot scheme it is our intention to extend the contract on a year on year basis for a further four years. The approximate number of gas condensing boiler replacement and heating replacement during the whole life of the contract with an approximate split of 50/50 between the North & Tameside is as follows;
2023/2024 - Pilot Scheme – 500 No Lot 1 only
2024/2025 - up to 1,000 No Lot 1 & 1,000 No Lot 2
2025/2026 - up to 1,000 No Lot 1 & 1,000 No Lot 2
2026/2027 - up to 1,000 No Lot 1 & 1,000 No Lot 2
2027/2028 - up to 1,000 No Lot 1 & 1,000 No Lot 2
two.2.5) Award criteria
Quality criterion - Name: 70 cost 30 quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £11,250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
31 March 2028
This contract is subject to renewal
No
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
Section three. Legal, economic, financial and technical information
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
see tender documents
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
2 June 2023
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
2 June 2023
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=229274.
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:229274)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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