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
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
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