Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 6th Dec 2024
Reference | ocds-h6vhtk-04c2e0 |
Common Procurement Vocabulary | Site-development work |
Procurement Method | Open procedure |
Value | £5,400,000 |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 6th Dec 2024
Reference | ocds-h6vhtk-04c2e0 |
Common Procurement Vocabulary | Site-development 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
Development Build - Ysgol Gynradd Gymraeg, Tonyrefail
Reference number
TRIV2025-YGG
II.1.2) Main CPV code
- 45111291 - Site-development work
II.1.3) Type of contract
Works
II.1.4) Short description
Trivallis are seeking to appoint an experienced Contractor to undertake the Design and Build of 18 dwellings together with, site preparation, external and drainage works including any required offsite drainage and highway works, along with all associated works and delivery of Social Value and Wellbeing Initiatives.
The works will take place at the former Ysgol Gynradd Gymraeg Tonyrefail site, located at School Street, Tonyrefail, Rhondda Cynon Taf CF39 8LE.
This tender exercise is intended to assist Trivallis in selecting a single, suitable Contractor to deliver the Design and Build required within the contract.
We particularly welcome responses from small and medium sized enterprises (SMEs).
II.1.5) Estimated total value
Value excluding VAT: £5,400,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 70111000 - Development of residential real estate
- 70110000 - Development services of real estate
- 45111291 - Site-development work
- 70112000 - Development of non-residential real estate
II.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
II.2.4) Description of the procurement
Trivallis are seeking to appoint an experienced Contractor to undertake the Design and Build of 18 dwellings together with, site preparation, external and drainage works including any required offsite drainage and highway works, along with all associated works and delivery of Social Value and Wellbeing Initiatives.
The works will take place at the former Ysgol Gynradd Gymraeg Tonyrefail site, located at School Street, Tonyrefail, Rhondda Cynon Taf CF39 8LE.
This tender exercise is intended to assist Trivallis in selecting a single, suitable Contractor to deliver the Design and Build required within the contract.
We particularly welcome responses from small and medium sized enterprises (SMEs).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
No
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
III.2) Conditions related to the contract
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
14 February 2025
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
Duration in months: 18 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
14 February 2025
Local time
1:00pm
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: 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=146288
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
Trivallis are an organisation that work to improve the social, cultural, environmental and economic well-being of Rhondda Cynon Taff. Trivallis need to address the long-term impact of their decisions, to work better with people, communities and each other. It is imperative that the winning bidder can support the delivery of social value when delivering the contract.
Please also summarise below how your company could aid in improving their CSR (e.g. reducing CO2 emissions, helping local communities).
Responses to this section will be shared with our Development team within Trivallis who may contact the successful bidders to implement the principles.
To align with the Trivallis commitment to well-being impact and community benefits, we have developed a Wellbeing Impact document detailing the requirement: O. Wellbeing Impact Document
As part of the contract delivery, our contracted partners must implement Wellbeing initiatives equivalent to 0.25% of the specified contract spend.
It is crucial to note that failure to provide a compliant option in response to this question will render the tender bid non-compliant, resulting in exclusion from the tender process.
Your response must detail how you propose to meet this requirement.
(WA Ref:146288)
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