Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Trivallis
  Ty Pennant, Mill Street
  Pontypridd
  CF37 2SW
  UK
  
            E-mail: lewis.ford@trivallis.co.uk
  
            NUTS: UKL15
  Internet address(es)
  
              Main address: https://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
Development Build - Ysgol Gynradd Gymraeg, Tonyrefail
            Reference number: TRIV2025-YGG
  II.1.2) Main CPV code
  45111291
 
  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: 
			5 400 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    70111000
    70110000
    45111291
    70112000
    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 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.2.9) 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:
              14/02/2025
  
                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
  
                Duration in months: 18 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              14/02/2025
  
              Local time: 13:00
 
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=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
    UK
    
            Telephone: +44 2079477501
   
 
VI.5) Date of dispatch of this notice
06/12/2024