Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Trivallis
Ty Pennant, Mill Street
Pontypridd
CF37 2SW
UK
Telephone: +44 1443494517
E-mail: lewis.ford@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
Access to the procurement documents is restricted. Further information can be obtained 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
Thermal Improvements Rhondda
Reference number: TRIV2023-PM090
II.1.2) Main CPV code
45215214
II.1.3) Type of contract
Works
II.1.4) Short description
Trivallis are seeking to appoint an experienced contractor to undertake the installation of a Wetherby Render system and a Kiwa Cavity Wall Insulation, Redland main roof renewal and Flex R flat roofing renewal to low level roofs, along with Canopies and all associated elements to be carried out at 177 units in the Rhondda Valley area.
The associated elements include, but shall not be limited to;
I. Renewal of rainwater goods
II. Removal of cavity wall insulation
III. Renewal of windows as per Trivallis specification
IV. Renewal of doors as per Trivallis specification
V. Renewal of canopies as per Trivallis specification
VI. Helifx stitching
VII. Helifix wall ties
VIII. ASD lighting to external entrance doors
IX. Highway Diamond Elite street lighting
The works will be carried out at properties owned by Trivallis, situated in the geographical area of the Rhondda Cynon Taff.
This tender exercise is intended to assist Trivallis in selecting a single, suitable partner to deliver the required works and services.
II.1.5) Estimated total value
Value excluding VAT:
3 659 723.61
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45321000
45261410
45320000
45421130
45421100
II.2.3) Place of performance
NUTS code:
UKL15
II.2.4) Description of the procurement
Trivallis are seeking to appoint an experienced contractor to undertake the installation of a Wetherby Render system and a Kiwa Cavity Wall Insulation, Redland main roof renewal and Flex R flat roofing renewal to low level roofs, along with Canopies and all associated elements to be carried out at 177 units in the Rhondda Valley area.
The associated elements include, but shall not be limited to;
I. Renewal of rainwater goods
II. Removal of cavity wall insulation
III. Renewal of windows as per Trivallis specification
IV. Renewal of doors as per Trivallis specification
V. Renewal of canopies as per Trivallis specification
VI. Helifx stitching
VII. Helifix wall ties
VIII. ASD lighting to external entrance doors
IX. Highway Diamond Elite street lighting
The works will be carried out at properties owned by Trivallis, situated in the geographical area of the Rhondda Cynon Taff.
This tender exercise is intended to assist Trivallis in selecting a single, suitable partner to deliver the required works and services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Organisational Experience
/ Weighting: 25
Quality criterion: Methodology for Delivery
/ Weighting: 40
Quality criterion: Managing Risks
/ Weighting: 20
Quality criterion: Adopting Safe Systems of Working
/ Weighting: 10
Quality criterion: Social Value
/ Weighting: 5
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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.1.2) 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 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:
17/02/2023
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
11/08/2023
IV.2.7) Conditions for opening of tenders
Date:
17/02/2023
Local time: 13:00
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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=128139
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
Please read the Annex 44 - Responsible Procurement Document Dec 22v.4 to support your responses.
Trivallis is a responsible business and making a positive impact on society to improve the social, environmental, economic and financial wellbeing across our communities of Rhondda Cynon Taff and Cardiff Bay is important to us.
A priority for Trivallis is to support our customers through the high cost of living crisis, helping to alleviate poverty by delivering community benefit opportunities. We will work in partnership with you, our constructor partner, to do this.
Please summarise below how you would support in our commitment to give back to our communities through community benefit and social value programmes and provide us with some information on how you have achieved this previously.
Responses to this section will be shared with our Senior Manager Partnerships who will contact you 3 weeks following your agreed contract date to develop an individual community benefit plan with you, if you are successful.
(WA Ref:128139)
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
13/01/2023