Tender

JHG Commercial Vehicles 2024

  • Jigsaw Homes Group

F02: Contract notice

Notice identifier: 2024/S 000-019197

Procurement identifier (OCID): ocds-h6vhtk-0471e8

Published 21 June 2024, 2:59pm



The closing date and time has been changed to:

2 August 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Jigsaw Homes Group

Cavendish 249, Cavendish Street

Ashton-under-Lyne

OL6 7AT

Email

jason.pears@jigsawhomes.org.uk

Telephone

+44 1613312192

Country

United Kingdom

NUTS code

UKD - North West (England)

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

JHG Commercial Vehicles 2024

two.1.2) Main CPV code

  • 50111000 - Fleet management, repair and maintenance 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 provide vehicles for long- and short-term lease/hire or a hybrid of the two methods. Jigsaw envisages exchanging the whole fleet over the next 4 years on a staggered basis. Jigsaw requires a reliable fleet over the period of the contract to be able to fulfill our obligations to our customers and stakeholders across all regions.

The initial contract is for three years and by performance and mutual agreement an extension of one year (in total 4 years).

The successful service provider will be expected to mobilise to our timescale and be operational by October 2024, please refer to Section 1.10 the Tender Process Summary below for more details.

The initial contract period will run for 3 years and if successful a further year extended based on performance and by mutual agreement.

two.1.5) Estimated total value

Value excluding VAT: £9,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North West & 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 service provider shall be required to have the skills, knowledge, experience, and qualifications necessary to provide vehicles for long- and short-term lease/hire or a hybrid of the two methods. Jigsaw envisages exchanging the whole fleet over the next 4 years on a staggered basis. Jigsaw requires a reliable fleet over the period of the contract to be able to fulfill our obligations to our customers and stakeholders across all regions.

The initial contract is for three years and by performance and mutual agreement an extension of one year (in total 4 years).

The successful service provider will be expected to mobilise to our timescale and be operational by October 2024, please refer to Section 1.10 the Tender Process Summary below for more details.

The initial contract period will run for 3 years and if successful a further year extended based on performance and by mutual agreement.

two.2.5) Award criteria

Quality criterion - Name: quality & interview / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £9,000,000

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

option to extend for a further year

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

two.2.14) Additional information

See tender docs for more info


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

see tender docs

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

see tender docs


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

Originally published as:

Date

26 July 2024

Local time

12:00pm

Changed to:

Date

2 August 2024

Local time

12:00pm

See the change notice.

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: 36 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 July 2024

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

see tender docs

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=232184.

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:232184)

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