Tender

JHG Gas Condensing Boiler Renewal Contract

  • Jigsaw Homes Group

F02: Contract notice

Notice identifier: 2023/S 000-012262

Procurement identifier (OCID): ocds-h6vhtk-03c509

Published 28 April 2023, 11:28am



Section one: Contracting authority

one.1) Name and addresses

Jigsaw Homes Group

Cavendish 249, Cavendish Street

Ashton-under-Lyne

OL6 7AT

Contact

Alex Fisher

Email

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

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