Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 3
Status Active
Published 23rd Feb 2024
Reference | ocds-h6vhtk-043c9a |
Common Procurement Vocabulary | Residential homes construction work |
Procurement Method | Open procedure |
Value | £5,400,000 |
No location provided
Category Works
Type
No. of Lots 3
Status Active
Published 23rd Feb 2024
Reference | ocds-h6vhtk-043c9a |
Common Procurement Vocabulary | Residential homes construction work |
Procurement Method | Open procedure |
Value | £5,400,000 |
Section I: Contracting authority
I.1) Name and addresses
Trivallis
Ty Pennant, Mill Street
Pontypridd
CF37 2SW
lewis.ford [at] trivallis.co.uk
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0787
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Kitchens & Bathrooms Programme
Reference number
TRIV2024-KB
II.1.2) Main CPV code
- 45215214 - Residential homes construction work
II.1.3) Type of contract
Works
II.1.4) Short description
Trivallis are seeking to appoint experienced contractors to undertake the installation and renewal of kitchens and bathrooms, along with all associated works and delivery of wellbeing initiatives.
The associated elements include, but shall not be limited to;
I. Kitchen renewals
II. Bathroom renewals
III. Walk in showers
IV. WC’s
V. Rewiring
Works under this contract will be carried out as a result of stock condition surveys which will identify the kitchens and bathrooms in Trivallis properties as having reached the end of their life cycle.
This tender exercise aims to help Trivallis select a minimum of two (2) and a maximum of three (3) suitable partners to carry out the necessary works and services. Trivallis intends to award contracts to the top two (2) ranked bidders in the tender process and reserves the right to award each Lot to three (3) separate contractors pending evaluation of the tender bids.
The contract will be split into 3 lots, the lotting structure can be found below;
Lot 1 – Rhondda Area
Lot 2 – Cynon Area
Lot 3 – Taff Area
Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two lots.
II.1.5) Estimated total value
Value excluding VAT: £5,400,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
II.2.1) Title
Lot 1 – Rhondda Area
Lot No
1
II.2.2) Additional CPV code(s)
- 44410000 - Articles for the bathroom and kitchen
II.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
II.2.4) Description of the procurement
Trivallis are seeking to appoint experienced contractors to undertake the installation and renewal of kitchens and bathrooms, along with all associated works and delivery of wellbeing initiatives.
The associated elements include, but shall not be limited to;
I. Kitchen renewals
II. Bathroom renewals
III. Walk in showers
IV. WC’s
V. Rewiring
Works under this contract will be carried out as a result of stock condition surveys which will identify the kitchens and bathrooms in Trivallis properties as having reached the end of their life cycle.
This tender exercise aims to help Trivallis select a minimum of two (2) and a maximum of three (3) suitable partners to carry out the necessary works and services. Trivallis intends to award contracts to the top two (2) ranked bidders in the tender process and reserves the right to award each Lot to three (3) separate contractors pending evaluation of the tender bids.
The contract will be split into 3 lots, the lotting structure can be found below;
Lot 1 – Rhondda Area
Lot 2 – Cynon Area
Lot 3 – Taff Area
Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two lots.
II.2.5) Award criteria
Quality criterion - Name: Organisational Experience / Weighting: 10
Quality criterion - Name: Methodology for Delivery / Weighting: 40
Quality criterion - Name: Resource and Capacity / Weighting: 20
Quality criterion - Name: Managing Risks / Weighting: 15
Quality criterion - Name: Tenant Liaison and Staff Conduct / Weighting: 10
Quality criterion - Name: Well being Impact initiatives / Weighting: 5
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
12 months, subject to satisfactory review.
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) Description
II.2.1) Title
Lot 2 – Cynon Area
Lot No
2
II.2.2) Additional CPV code(s)
- 44410000 - Articles for the bathroom and kitchen
II.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
II.2.4) Description of the procurement
Trivallis are seeking to appoint experienced contractors to undertake the installation and renewal of kitchens and bathrooms, along with all associated works and delivery of wellbeing initiatives.
The associated elements include, but shall not be limited to;
I. Kitchen renewals
II. Bathroom renewals
III. Walk in showers
IV. WC’s
V. Rewiring
Works under this contract will be carried out as a result of stock condition surveys which will identify the kitchens and bathrooms in Trivallis properties as having reached the end of their life cycle.
This tender exercise aims to help Trivallis select a minimum of two (2) and a maximum of three (3) suitable partners to carry out the necessary works and services. Trivallis intends to award contracts to the top two (2) ranked bidders in the tender process and reserves the right to award each Lot to three (3) separate contractors pending evaluation of the tender bids.
The contract will be split into 3 lots, the lotting structure can be found below;
Lot 1 – Rhondda Area
Lot 2 – Cynon Area
Lot 3 – Taff Area
Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two lots.
II.2.5) Award criteria
Quality criterion - Name: Organisational Experience / Weighting: 10
Quality criterion - Name: Methodology for Delivery / Weighting: 40
Quality criterion - Name: Resource & Capacity / Weighting: 20
Quality criterion - Name: Managing Risks / Weighting: 15
Quality criterion - Name: Tenant Liaison and Staff Conduct / Weighting: 10
Quality criterion - Name: Well being Impact initiatives / Weighting: 5
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
12 months, subject to satisfactory review.
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) Description
II.2.1) Title
Lot 3 – Taff Area
Lot No
3
II.2.2) Additional CPV code(s)
- 44410000 - Articles for the bathroom and kitchen
II.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
II.2.4) Description of the procurement
Trivallis are seeking to appoint experienced contractors to undertake the installation and renewal of kitchens and bathrooms, along with all associated works and delivery of wellbeing initiatives.
The associated elements include, but shall not be limited to;
I. Kitchen renewals
II. Bathroom renewals
III. Walk in showers
IV. WC’s
V. Rewiring
Works under this contract will be carried out as a result of stock condition surveys which will identify the kitchens and bathrooms in Trivallis properties as having reached the end of their life cycle.
This tender exercise aims to help Trivallis select a minimum of two (2) and a maximum of three (3) suitable partners to carry out the necessary works and services. Trivallis intends to award contracts to the top two (2) ranked bidders in the tender process and reserves the right to award each Lot to three (3) separate contractors pending evaluation of the tender bids.
The contract will be split into 3 lots, the lotting structure can be found below;
Lot 1 – Rhondda Area
Lot 2 – Cynon Area
Lot 3 – Taff Area
Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two lots.
II.2.5) Award criteria
Quality criterion - Name: Organisational Experience / Weighting: 10
Quality criterion - Name: Methodology for Delivery / Weighting: 40
Quality criterion - Name: Resource & Capacity / Weighting: 20
Quality criterion - Name: Managing Risks / Weighting: 15
Quality criterion - Name: Tenant Liaison and Staff Conduct / Weighting: 10
Quality criterion - Name: Well being Impact initiatives / Weighting: 5
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
12 months, subject to satisfactory review.
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
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
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
22 March 2024
Local time
1:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 20 September 2024
IV.2.7) Conditions for opening of tenders
Date
25 March 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=139273
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The Requirement
At Trivallis, our approach to procurement is deeply rooted in the principles of social value and community benefits. We understand the potential for collaborative investments with external stakeholders to make a positive impact on well-being.
To align with the Trivallis commitment to well-being impact and community benefits, we have developed a Wellbeing Impact menu of options (Annex 11 of tender suite).
The wellbeing menu of options is designed to support Trivallis in achieving our goals in delivering well-being impact values, in accordance with the requirements outlined in our business contracts.
As part of the contract delivery, our contracted partners must implement Wellbeing initiatives equivalent to a specified percentage of the contract spend.
As part of our tender process, we invite bidders to choose one or more options from the Wellbeing Impact Menu. These options represent the well-being initiatives that your organisation intends to pursue and accomplish as part of fulfilling the Trivallis contract requirements.
The successful contractor will need to select one (or more) options from the Wellbeing Impact Menu to deliver in the first year of the contract.
This contract has a potential duration of 6 years. For each year of the contract, on the anniversary date, the successful contractor is required to review and choose an option (or options) from the menu to deliver in that specific year once again.
It is crucial to note that failure to select an option will render the tender bid non-compliant, resulting in exclusion from the tender process.
Responses to this section will be reviewed by our Senior Manager of Partnerships. If your tender bid is successful, they will contact you three weeks after the contract is agreed upon to collaborate on an individualised Community Benefit Plan.
By fostering partnerships and prioritising well-being, we believe we can create a lasting positive impact on our communities and the lives of our residents.
Your response must detail how you propose to meet this requirement
(WA Ref:139273)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom