Construction Tenders

Mon October 21 2024

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 2

Status Active

Published 9th Feb 2024

Tender Details
Referenceocds-h6vhtk-0438b3
Common Procurement VocabularyPest-control services
Procurement MethodOpen procedure
Value-
« Previous Page

North West

Category Services

Type

No. of Lots 2

Status Active

Published 9th Feb 2024

Tender Details
Referenceocds-h6vhtk-0438b3
Common Procurement VocabularyPest-control services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Jigsaw Homes Group

Cavendish 249, Cavendish Street

Ashton-under-Lyne

OL6 7AT

Email

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

Email

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