web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Ashton-under-Lyne: Jigsaw Homes Group — Material Supply Contract

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 212-520520/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Jigsaw Homes Group
National registration number: 29433R
Postal address: Cavendish 249, Cavendish Street
Town: Ashton-under-Lyne
Postal code: OL6 7AT
Country: United Kingdom
Contact Person: Jason Pears
Telephone: +44 1613312192
Email: Jason.Pears@newcharter.co.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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:
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: Jigsaw Homes Group — Material Supply Contract

Reference number: JIG/MAT/2020
II.1.2) Main CPV code: 44111000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: To provide an efficient service for the supply of a variety of building, mechanical and electrical materials throughout Lancashire, Merseyside, Cheshire, Greater Manchester and East Midlands.
II.1.5) Estimated total value:
Value excluding VAT: 3200000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:2
Maximum number of lots that may be awarded to one tenderer 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:Lot 1: West, and
Lot 2: Midlands.

II.2) Description
II.2.1) Title: Material Supply Contract — North West

Lot No:1
II.2.2) Additional CPV code(s)
44111000

II.2.3) Place of performance
Nuts code: UKD, UKD3, UKD4, UKD7, UKD47, UKD6
Main site or place of performance:Lancashire, Greater Manchester, Merseyside and Cheshire.
II.2.4) Description of the procurement:
To provide a bespoke material supply service for the Jigsaw Homes Group.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 2300000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2021-04-01End: 2023-03-31
This contract is subject to renewalyes Description of renewals:Plus one, plus one year(s) extension based on service levels and performance (KPI Based)Potential total of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Due to the size and complexity of the contract.

II.2.10) Information about variants
Variants will be accepted yes
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.2.1) Title: Jigsaw Homes Group — Material Supply Contract — East Midlands

Lot No:2
II.2.2) Additional CPV code(s)
44111000

II.2.3) Place of performance
Nuts code: UKF
Main site or place of performance:Gedling and Nottingham.
II.2.4) Description of the procurement:
To provide a bespoke material supply service for the Jigsaw Homes Group.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 900000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2021-04-01End: 2023-03-31
This contract is subject to renewalyes Description of renewals:Plus one year, plus one year based on service and performance (KPI Based) — potential total contract period of 4 years.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Due to the size and complexity of the supply contract.

II.2.10) Information about variants
Variants will be accepted yes
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

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:As stated in the tender documents.
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.2.2) Contract performance conditions: Key Performance Indicators are listed in the tender documents.

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:
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2020-11-27 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2020-11-27
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)

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
The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at
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:220925).
VI.4) Procedures for review
VI.4.1) Review body
Official name: Public Procurement Review Service
Postal address: Cabinet Office
Town: London
Country: United Kingdom
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address:
VI.5) Date of dispatch of this notice:2020-10-27