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
Carpet and Flooring Works
Reference number: TRIV2022-CFW1
II.1.2) Main CPV code
45432110
II.1.3) Type of contract
Works
II.1.4) Short description
Trivallis are seeking the appointment of contractors to a 4-year Framework for the provision of Carpet & Flooring Fitting Works (Including all associated services) requirements at properties owned by Trivallis.
Future requirements for Carpet & Flooring Fitting Works (Including all associated services) will be processed via this framework.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Rhondda Cynon Taff
II.2.4) Description of the procurement
Trivallis are seeking the appointment of contractors to a 4-year Framework for the provision of Carpet & Flooring Fitting Works (Including all associated services) requirements at properties owned by Trivallis.
Future requirements for Carpet & Flooring Fitting Works (Including all associated services) will be processed via this framework.
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 procurement documents available at 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 listed within tender documentation
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 a single operator.
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:
31/03/2022
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:
31/03/2022
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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=119162
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 Regeneration team within Trivallis who may contact the successful bidders to implement the principles.
(WA Ref:119162)
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
01/03/2022