Tender

JHG Pest Control Contract (Midlands)

  • Jigsaw Homes Group

F02: Contract notice

Notice identifier: 2023/S 000-015668

Procurement identifier (OCID): ocds-h6vhtk-03d33a

Published 2 June 2023, 11:16am



Section one: Contracting authority

one.1) Name and addresses

Jigsaw Homes Group

Cavendish 249, Cavendish Street

Ashton-under-Lyne

OL6 7AT

Email

alex.fisher@jigsawhomes.org.uk

Telephone

+44 1613312178

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

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 Pest Control Contract (Midlands)

two.1.2) Main CPV code

  • 90922000 - Pest-control services

two.1.3) Type of contract

Services

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 pest control in the Midlands area, 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 is for two years and by performance and mutual agreement and extension of one year plus an option of an extra year (in total 4 years).

The successful Contractor(s) will be expected to mobilise to our timescale and be operational by September 2023, please refer to Section 1.10 the Tender Process Summary below for more details.

The initial contract period, will run for 2 years and if successful a further two years extended year on year based on performance and by mutual agreement.

This Tender will comply and meet OJEU requirements and UK Public Procurement Regulations 2015.

two.1.5) Estimated total value

Value excluding VAT: £12,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
Main site or place of performance

Gedling and Nottingham

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 pest control in the Midlands area, 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 is for two years and by performance and mutual agreement and extension of one year plus an option of an extra year (in total 4 years).

The successful Contractor(s) will be expected to mobilise to our timescale and be operational by September 2023, please refer to Section 1.10 the Tender Process Summary below for more details.

The initial contract period, will run for 2 years and if successful a further two years extended year on year based on performance and by mutual agreement.

This Tender will comply and meet OJEU requirements and UK Public Procurement Regulations 2015.

two.2.5) Award criteria

Quality criterion - Name: quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £12,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The initial contract period, will run for 2 years and if successful a further two years extended year on year based on performance and by mutual agreement.

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.2.3) 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

7 July 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

7 July 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=229526.

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:229526)

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