Section one: Contracting authority
one.1) Name and addresses
Jigsaw Homes Group
Cavendish 249, Cavendish Street
Ashton-under-Lyne
OL6 7AT
Contact
Stephen Fryer
PlannedMaintenance@adactushousing.co.uk
Telephone
+44 1613312192
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
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
Miles Platting Lifecycle works External Decoration and Internal upgrade works 2021-2024
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of the proposed work is to carry out external decorative and any associated internal 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 external decorative works 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 the following
External Decoration, Prior to paint Repairs, Internal Door Repair / Replacement , External Security Lighting Replacement, Property Electrical Installation Condition Report, Smoke and Heat Detection Replacement ,Intruder Alarm Overhaul ,External Window and Door Overhaul to 177 properties
Paving Refurbishment to approximately 1500m2
External Decoration (High-rise With Balcony) to 1 Number 12 storey High Rise Block
External Decoration (High-rise Without Balcony) to 1 Number 12 storey High Rise Block
Redecoration of Internal Communal Wall and Ceiling Finishes to 2 High Rise Blocks
Year 2 (2022-23) will consist of the following
External Decoration, Prior to paint Repairs, Internal Door Repair / Replacement , External Security Lighting Replacement, Property Electrical Installation Condition Report, Smoke and Heat Detection Replacement ,Intruder Alarm Overhaul ,External Window and Door Overhaul to 204 properties
Paving Refurbishment to approximately 1500m2
External Decoration (High-rise With Balcony) to 1 Number 12 storey High Rise Block
Redecoration of Internal Communal Wall and Ceiling Finishes to 1 High Rise Blocks
Year 3 (2023-24) will consist of the following
External Decoration, Prior to paint Repairs, Internal Door Repair / Replacement , External Security Lighting Replacement, Property Electrical Installation Condition Report, Smoke and Heat Detection Replacement ,Intruder Alarm Overhaul ,External Window and Door Overhaul to 229 properties
Paving Refurbishment to approximately 1500m2
External Decoration (High-rise With Balcony) to 1 Number 12 storey High Rise Block
External Decoration (High-rise Without Balcony) to 3 Number 12 storey High Rise Block
Redecoration of Internal Communal Wall and Ceiling Finishes to 4 High Rise Blocks
two.1.5) Estimated total value
Value excluding VAT: £2,100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD33 - Manchester
Main site or place of performance
Miles Platting Manchester M44
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 4 : 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 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 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 decoration 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.1.2) 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
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
3 September 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
6 September 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
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=223518.
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:223518)
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