Construction Contract Leads
North West
Category Services
Type
No. of Lots 2
Status Active
Published 9th Feb 2024
Reference | ocds-h6vhtk-0438b3 |
Common Procurement Vocabulary | Pest-control services |
Procurement Method | Open procedure |
Value | - |
North West
Category Services
Type
No. of Lots 2
Status Active
Published 9th Feb 2024
Reference | ocds-h6vhtk-0438b3 |
Common Procurement Vocabulary | Pest-control services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Jigsaw Homes Group
Cavendish 249, Cavendish Street
Ashton-under-Lyne
OL6 7AT
jason.pears [at] jigsawhomes.org.uk
Telephone
+44 1613312192
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://www.jigsawhomes.org.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8761
I.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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
JHG Pest Control Contract (Lot 1 North, Lot 2 Tameside)
II.1.2) Main CPV code
- 90922000 - Pest-control services
II.1.3) Type of contract
Services
II.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 pest control in the North & Tameside areas, report on the findings and recommend all appropriate actions and produce a completion certificate to 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.
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
can bid for one lot or both lots
II.2) Description
II.2.1) Title
Pest Control North
Lot No
1
II.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
II.2.3) Place of performance
NUTS codes
- UKD - North West (England)
II.2.4) Description of the procurement
The service provider shall be required to have the skills, knowledge, experience and qualifications necessary to deliver an effective programme of pest control in the North & Tameside areas, report on the findings and recommend all appropriate actions and produce a completion certificate to 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.
The initial contract is for two years and by performance and mutual agreement and extension of one year plus an option of an extra year (in total 4 years). The approximate number of works on average per annum is as follows
- North 45,000 gbp-Approx 370 orders
- Tameside 40,000 gpb-Approx 330 orders
The successful Contractor(s) will be expected to mobilise to our timescale and be operational by June/July 2024, please refer to Section 1.10 the Tender Process Summary below for more details.
The initial contract period, will run for 2 years and if successful a further two years extended year on year based on performance and by mutual agreement.
This Tender will comply and meet OJEU requirements and UK Public Procurement Regulations 2015.
II.2.5) Award criteria
Quality criterion - Name: quality / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: £45,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
option to extend for 2 years on a year by year basis
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
see tender docs for more info
II.2) Description
II.2.1) Title
Pest Control Tameside
Lot No
2
II.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
II.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
II.2.4) Description of the procurement
The service provider shall be required to have the skills, knowledge, experience and qualifications necessary to deliver an effective programme of pest control in the North & Tameside areas, report on the findings and recommend all appropriate actions and produce a completion certificate to 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.
The initial contract is for two years and by performance and mutual agreement and extension of one year plus an option of an extra year (in total 4 years). The approximate number of works on average per annum is as follows
- North 45,000 gpb-Approx 370 orders
- Tameside 40,000 gpb-Approx 330 orders
The successful Contractor(s) will be expected to mobilise to our timescale and be operational by June/July 2024, please refer to Section 1.10 the Tender Process Summary below for more details.
The initial contract period, will run for 2 years and if successful a further two years extended year on year based on performance and by mutual agreement.
This Tender will comply and meet OJEU requirements and UK Public Procurement Regulations 2015.
II.2.5) Award criteria
Quality criterion - Name: quality / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: £40,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
option to extend for 2 years on year by year basis
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
see tender docs for more info
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
see tender docs
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
11 March 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
11 March 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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=231277.
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:231277)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview [at] cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit