Section one: Contracting authority
one.1) Name and addresses
Jigsaw Homes Group
Cavendish 249, Cavendish Street
Ashton-under-Lyne
OL6 7AT
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
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