Tender

Jigsaw Homes Group - Fire Risk Assessment & Consultancy Contract

  • Jigsaw Homes Group

F02: Contract notice

Notice identifier: 2021/S 000-024486

Procurement identifier (OCID): ocds-h6vhtk-02e714

Published 1 October 2021, 3:54pm



Section one: Contracting authority

one.1) Name and addresses

Jigsaw Homes Group

Cavendish 249, Cavendish Street

Ashton-under-Lyne

OL6 7AT

Contact

Fire Safety Team

Email

FireSafetyTeam@jigsawhomes.org.uk

Telephone

+44 1613312000

Country

United Kingdom

NUTS code

UKD - North West (England)

National registration number

29433R

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

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 - Fire Risk Assessment & Consultancy Contract

Reference number

JIG/FRA/2021

two.1.2) Main CPV code

  • 71313410 - Risk or hazard assessment for construction

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 Type 1-4 Fire Risk Assessments (FRAs) and Pre-Occupation FRAs, report on the findings and recommend all appropriate actions, etc. to the full range of 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.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71313410 - Risk or hazard assessment for construction

two.2.3) Place of performance

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

Lancashire, Merseyside, Greater Manchester, Cheshire & Nottingham

two.2.4) Description of the procurement

A single service provider is required to have the skills, knowledge, experience and qualifications necessary to deliver an effective programme of Type 1-4 Fire Risk Assessments (FRAs) and Pre-Occupation FRAs, report on the findings and recommend all appropriate actions, etc. to the full range of 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.

two.2.5) Award criteria

Quality criterion - Name: Written Quality Questions, Sample Survey & Interview / Weighting: 40

Price - Weighting: 60

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

Initial Contract will be based on 3 years and extended for a further 1 year based on performance.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The service provider shall be;

- required to have Performance and Quality Management Systems in place (for the services / works being provided), that are accredited to BS EN ISO 9001:2015, and which are tested by an independent body twice a year;

- ideally have, or be in the process of implementing, an Occupational Health & Safety Management System accredited to BS EN 45001:2018;

- ideally have, or be in the process of implementing Environmental Management Systems & Processes that are accredited to BS EN ISO 14001:2015;

- ideally have, or be in the process of securing ‘Investors in People’ status.

Legal Requirements

The Organisation delivering the required service on behalf of JHG shall fully comply

with all current and relevant British Standards, plus all statutory instructions,

regulations and specific instructions from relevant authorities (where applicable).

These requirements may include (but are not limited to) the following (or as

subsequently amended and/or updated or replaced);

Acts:

- Health and Safety at Work etc. Act 1974;

- Regulatory Reform (Fire Safety) Order 2005 & Fire Safety Act 2021.

- Housing Act 2004

- Offices, Shops and Railway Premises Act 1963;

- Occupiers Liability Act 1984;

- Consumer Protection Act 1987;

- The Environmental Protection Act 1990;

- The Clean Air Act 1993;

- Energy Conservation Act 1993;

- Electricity at Work Act 1989.

Legislation, Regulation, Codes of Practice and Standards:

- Building Regulations: Approved Document B1 & B2;

- Fire safety in purpose built blocks of flats;

- NFCC Fire Safety in Specialised Housing Guide;

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

three.2.2) Contract performance conditions

As per the KPI Proposal as set out in the Tender Documents.

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

1 November 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

1 November 2021

Local time

12:00pm

Place

Jigsaw Homes Group Head Office

Information about authorised persons and opening procedure

JHG Governance Team in the presence of a member of the 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=224016.

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:224016)

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