Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Trivallis
Ty Pennant, Mill Street
Pontypridd
CF37 2SW
UK
Telephone: +44 1443494609
E-mail: adam.challonder@trivallis.co.uk
NUTS: UKL15
Internet address(es)
Main address: www.trivallis.co.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0787
I.2) 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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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
Trivallis Fire Safety Services And Associated Works Framework
Reference number: TRIV2022-FR1
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
Trivallis is seeking the appointment of contractors to a 4-year Framework for the provision of Fire Safety requirements at properties owned by Trivallis.
The framework will consist of 3 lots as detailed below:
Lot 1 – FIRE CONSULTANCY
Lot 2 – FIRE RISK ASSESSMENTS
Lot 3 – PASSIVE FIRE PROTECTION
Bidders may choose to bid for one lot, or all lots. Bidders can be successful on all lots.
Trivallis reserves the right to stop the operation of the Framework at any time.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 – FIRE CONSULTANCY
II.2.2) Additional CPV code(s)
71317100
II.2.3) Place of performance
NUTS code:
UKL15
II.2.4) Description of the procurement
Trivallis is seeking the appointment of contractors to a 4-year Framework for the provision of Fire Safety requirements at properties owned by Trivallis.
The framework will consist of 3 lots as detailed below:
Lot 1 – FIRE CONSULTANCY
Lot 2 – FIRE RISK ASSESSMENTS
Lot 3 – PASSIVE FIRE PROTECTION
Bidders may choose to bid for one lot, or all lots. Bidders can be successful on all lots.
Trivallis reserves the right to stop the operation of the Framework at any time.
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: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
Lot 2 – FIRE RISK ASSESSMENTS
II.2.2) Additional CPV code(s)
71317100
II.2.3) Place of performance
NUTS code:
UKL15
II.2.4) Description of the procurement
Trivallis is seeking the appointment of contractors to a 4-year Framework for the provision of Fire Safety requirements at properties owned by Trivallis.
The framework will consist of 3 lots as detailed below:
Lot 1 – FIRE CONSULTANCY
Lot 2 – FIRE RISK ASSESSMENTS
Lot 3 – PASSIVE FIRE PROTECTION
Bidders may choose to bid for one lot, or all lots. Bidders can be successful on all lots.
Trivallis reserves the right to stop the operation of the Framework at any time.
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: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 3
II.2.1) Title
Lot 3 – PASSIVE FIRE PROTECTION
II.2.2) Additional CPV code(s)
71317100
II.2.3) Place of performance
NUTS code:
UKL15
II.2.4) Description of the procurement
Trivallis is seeking the appointment of contractors to a 4-year Framework for the provision of Fire Safety requirements at properties owned by Trivallis.
The framework will consist of 3 lots as detailed below:
Lot 1 – FIRE CONSULTANCY
Lot 2 – FIRE RISK ASSESSMENTS
Lot 3 – PASSIVE FIRE PROTECTION
Bidders may choose to bid for one lot, or all lots. Bidders can be successful on all lots.
Trivallis reserves the right to stop the operation of the Framework at any time.
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: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As listed within the Framework ITT documentation and pre qualification envelope on e tender Wales.
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
As per information provided within ITT and Appendix 3 Framework agreement.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about 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:
22/03/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
22/03/2022
Local time: 12:00
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=118789
(WA Ref:118789)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
18/02/2022