Tender

Fuel Card Service Contract

  • Jigsaw Homes Group

F02: Contract notice

Notice identifier: 2022/S 000-014806

Procurement identifier (OCID): ocds-h6vhtk-03407c

Published 26 May 2022, 4:50pm



Section one: Contracting authority

one.1) Name and addresses

Jigsaw Homes Group

Cavendish 249, Cavendish Street

Ashton-under-Lyne

OL6 7AT

Contact

Jason Pears

Email

Jason.Pears@jigsawhomes.org.uk

Telephone

+44 1613312192

Country

United Kingdom

NUTS code

UKD - North West (England)

National registration number

IP29433R

Internet address(es)

Main address

http://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

Fuel Card Service Contract

Reference number

JIG/Fuel/2022

two.1.2) Main CPV code

  • 30163100 - Agency fuel cards

two.1.3) Type of contract

Supplies

two.1.4) Short description

Jigsaw Homes Group has three operational areas which are as follows;

- Jigsaw Homes North (Lancashire/Merseyside/Cheshire/Manchester)

- Jigsaw Homes Midlands (East Midlands)

- Jigsaw Homes Tameside (Greater Manchester)

The Fuel Card provider shall be required to have the experience, knowledge, infrastructure and customer necessary to be able to facilitate all Jigsaw Homes Group sites and requirements set out in this Tender document.

The current service is managed by two different Fuel Card providers and the purpose of this tender is to select a single service provider to ensure consistency and efficiency across all the Jigsaw Homes Group regions.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
  • UKD3 - Greater Manchester
  • UKD7 - Merseyside
  • UKD6 - Cheshire
  • UKF - East Midlands (England)
Main site or place of performance

North West of England, Greater Manchester, Merseyside, Cheshire & East Midlands

two.2.4) Description of the procurement

Jigsaw Homes Group has three operational areas which are as follows;

- Jigsaw Homes North (Lancashire/Merseyside/Cheshire/Manchester)

- Jigsaw Homes Midlands (East Midlands)

- Jigsaw Homes Tameside (Greater Manchester)

The Fuel Card provider shall be required to have the experience, knowledge, infrastructure and customer necessary to be able to facilitate all Jigsaw Homes Group sites and requirements set out in this Tender document.

The current service is managed by two different Fuel Card providers and the purpose of this tender is to select a single service provider to ensure consistency and efficiency across all the Jigsaw Homes Group regions.

JHG collectively over the three regions current have circa 400No fuel cards to purchase fuel and vehicle products only such as Adblue, Windscreen Wash, Oil and typically JHG use in excess of 500,000 litres per annum based on the last financial year 2021/2022.

The successful Fuel Card Company will be expected to mobilise to our timescale and be operational by 1st August 2022 on an initial three year contract with an additional one year extension subject to performance.

two.2.5) Award criteria

Quality criterion - Name: Quality Questions / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

A one year extension subject to performance.

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.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.2.2) Contract performance conditions

Please see attached Tender documentation.


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

24 June 2022

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

24 June 2022

Local time

12:00pm

Place

Turner House, 56 King Street, Leigh

Information about authorised persons and opening procedure

JHG - Chief Executives Office


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=226408.

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:226408)

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