Section one: Contracting authority
one.1) Name and addresses
Jigsaw Homes Group
Cavendish 249, Cavendish Street
Ashton-under-Lyne
OL6 7AT
Contact
Jason Pears
Jason.Pears@jigsawhomes.org.uk
Telephone
+44 1613312192
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.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 Homes Group Ltd – Roof & Roofline Replacement (Lot 1 – North & Lot 2 – Tameside)
Reference number
JIG/ROOF/2022
two.1.2) Main CPV code
- 45260000 - Roof works and other special trade construction works
two.1.3) Type of contract
Works
two.1.4) Short description
TJigsaw Homes Group intention to outsource the whole of the Roof & Roofline 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.
two.1.5) Estimated total value
Value excluding VAT: £700,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Roof & Roofline Replacement (Lot 1 – North)
Lot No
1
two.2.2) Additional CPV code(s)
- 45260000 - Roof works and other special trade construction works
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Lancashire, Cheshire & Greater Manchester
two.2.4) Description of the procurement
Open Tender to secure services of a suitable roofing contractor for the initial pilot scheme and to extend year on year based on performance.
two.2.5) Award criteria
Quality criterion - Name: Quality Questionnaire / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 March 2023
This contract is subject to renewal
Yes
Description of renewals
Based on the performance of this pilot scheme, JHG can extend year on year for a total of four years.
two.2.10) Information about variants
Variants will be accepted: Yes
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
Jigsaw Homes Group Ltd – Roof & Roofline Replacement (Lot 2 – Tameside)
Lot No
2
two.2.2) Additional CPV code(s)
- 45260000 - Roof works and other special trade construction works
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Greater Manchester - Tameside
two.2.4) Description of the procurement
Open tender to select one or two suitable roofing contractors to carry out roof and roofline replacement for this initial pilot scheme. Based on performance, this contract can be extended year on year to a maximum of four years.
two.2.5) Award criteria
Quality criterion - Name: Quality Assessment / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 March 2023
This contract is subject to renewal
Yes
Description of renewals
Based on performance up to four years.
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 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
1 August 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
1 August 2022
Local time
12:00pm
Place
Turner House, Leigh
Information about authorised persons and opening procedure
Executive Management Team
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=226711.
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:226711)
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