Tender

Jigsaw North - Window replacement Programme - 2021-2024

  • Jigsaw Homes Group

F02: Contract notice

Notice identifier: 2021/S 000-015227

Procurement identifier (OCID): ocds-h6vhtk-02c2ee

Published 2 July 2021, 2:45pm



Section one: Contracting authority

one.1) Name and addresses

Jigsaw Homes Group

Cavendish 249, Cavendish Street

Ashton-under-Lyne

OL6 7AT

Contact

Lewis Bolton

Email

Lewis.Bolton@jigsawhomes.org.uk

Telephone

+44 1942267800

Country

United Kingdom

NUTS code

UKD - North West (England)

National registration number

29433R

Internet address(es)

Main address

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

Jigsaw North - Window replacement Programme - 2021-2024

two.1.2) Main CPV code

  • 45421100 - Installation of doors and windows and related components

two.1.3) Type of contract

Works

two.1.4) Short description

The purpose of the proposed work is to carry out window and door replacements and any associated works, and to any work as agreed following contractor survey. Works should be completed as per the enclosed schedule and/or specifications. The works will consist predominantly of window and door replacements and any associated pre-decorative repairs as required or advised by property survey to the list of properties as enclosed.

Year 1 (2021-22) will consist of approximately 276 properties of varying archetype across the Jigsaw Homes Group North region of operation. This is envisaged to rise over the contract term, to be confirmed prior once work programmes are agreed at the start of each new financial year within the contract term.

The scope of the Works under this Contract will generally comprise one or more of the following:

- Identify and measure windows and doors

- Manufacture replacement windows and doors

- Fit replacement windows and doors including removal and disposal of old units

- External repairs (where applicable)

- Internal repairs (where applicable)

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester
  • UKD7 - Merseyside
  • UKD6 - Cheshire
  • UKD4 - Lancashire
  • UKD - North West (England)

two.2.4) Description of the procurement

Jigsaw Homes Group (JHG) invites your organisation and other shortlisted applicants (each a Tenderer) to submit a tender (the Tender) for the Works for the Project as detailed in this Invitation Document, which comprises the following sections:

- Part 1: Introduction (Preliminaries)

- Part 2: Instructions to Tenderers

- Part 3: Technical and Quality Questions

- Annex 1: Price and Quality Evaluation (Methodology)

Tenderers should read all the above sections forming this Invitation to Tender carefully, and ensure that they submit the following mandatory documents:

i. Completed Technical & Quality Questions (ITT)

ii. Completed Form of Tender

iii. Completed Schedule of Rates including Prelims and Virtual Contract sections

iv. Completed Supplier Contractor Accreditation Form

Tenderers are instructed not to include in their response anything other than the requested documents. Marketing material will be discarded and will not be read.

two.2.5) Award criteria

Quality criterion - Name: Standards & Procedures / Weighting: 5%

Quality criterion - Name: Service Provision / Weighting: 10%

Quality criterion - Name: Health & Safety Compliance / Weighting: 5%

Quality criterion - Name: Service Management, Customer Satisfaction, Reporting (KPIs & Benchmarking) / Weighting: 5%

Quality criterion - Name: Sub-contracting / Weighting: 5%

Quality criterion - Name: Environment & Sustainability / Weighting: 5%

Quality criterion - Name: Social Value / Weighting: 5%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £1,500,000

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

Start date

6 September 2021

End date

29 March 2024

This contract is subject to renewal

Yes

Description of renewals

This will run for an initial 3 years (2021-24) with the option of a further 2 years on a year-by-year basis, subject to performance. The contractor will provide relevant professional services to carry out the external painting programme works to Jigsaw Homes Group properties and ensure that all relevant legislation is complied with.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The installer shall be a fully accredited F.E.N.S.A. registered member. Full copies of all professional registration shall be provided as and when requested

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

6 August 2021

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

9 August 2021

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

For Copies or any further information these are available by request to PlannedMaintenance@adactushousing.co.uk

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=223242.

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:223242)

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