Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Trivallis
  Ty Pennant, Mill Street
  Pontypridd
  CF37 2SW
  UK
  
            Contact person: Lewis Ford
  
            E-mail: lewisford123@gmail.com
  
            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
            Other: Registered Social Landlord (RSL)
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Windows and Porches Programme
            Reference number: TRIV2025-PM169
  II.1.2) Main CPV code
  45421100
 
  II.1.3) Type of contract
  Works
  II.1.4) Short description
  Trivallis are seeking to appoint an experienced contractor to undertake the supply and replacement of white PVCu windows and porches in Trivallis properties, along with all associated works and delivery of wellbeing initiatives.
  The contractor will be required to undertake services comprising of the replacement of White PVCu windows and porches in accordance and in compliance with the relevant appendices within the tender documentation portfolio.
  Works under this contract will be carried out as a result of stock condition surveys which will identify the windows and porches in Trivallis properties as having reached the end of their life cycle.
  The works will be carried out at properties owned by Trivallis, situated in the geographical area of Rhondda Cynon Taff, along with any and any future areas.
  Please note that this tender opportunity is listed as a reserved contract for organisations that hold a supported business status. The opportunity has been listed as a reserved contracts under Article 20 of the Public Contracts Regulations 2015 (PCR2015).
  This tender exercise is intended to assist Trivallis in selecting a single, suitable partner to deliver the required works and services.
  We particularly welcome responses from small and medium sized enterprises (SMEs).
  II.1.5) Estimated total value
  Value excluding VAT: 
			8 625 384.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    44221100
    45421110
    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 supply and replacement of white PVCu windows and porches in Trivallis properties, along with all associated works and delivery of wellbeing initiatives.
    The contractor will be required to undertake services comprising of the replacement of White PVCu windows and porches in accordance and in compliance with the relevant appendices within the tender documentation portfolio.
    Works under this contract will be carried out as a result of stock condition surveys which will identify the windows and porches in Trivallis properties as having reached the end of their life cycle.
    The works will be carried out at properties owned by Trivallis, situated in the geographical area of Rhondda Cynon Taff, along with any and any future areas.
    Please note that this tender opportunity is listed as a reserved contract for organisations that hold a supported business status. The opportunity has been listed as a reserved contracts under Article 20 of the Public Contracts Regulations 2015 (PCR2015).
    This tender exercise is intended to assist Trivallis in selecting a single, suitable partner to deliver the required works and services.
    We particularly welcome responses from small and medium sized enterprises (SMEs).
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      60
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  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.1.5) Information about reserved contracts
  The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons.
 
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:
              25/03/2025
  
                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: 6 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              25/03/2025
  
              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
Please note that this tender opportunity is listed as a reserved contract for organisations that hold a supported business status. The opportunity has been listed as a reserved contract under Article 20 of the Public Contracts Regulations 2015 (PCR2015).
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=148223
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
At Trivallis, our approach to procurement is deeply rooted in the principles of social value and community benefits. We understand the potential for collaborative investments with external stakeholders to make a positive impact on well-being.
To align with the Trivallis commitment to well-being impact and community benefits, we have developed a Wellbeing Impact menu of options (Annex 5 of tender suite).
The wellbeing menu of options is designed to support Trivallis in achieving our goals in delivering well-being impact values, in accordance with the requirements outlined in our business contracts.
As part of the contract delivery, our contracted partners must implement Wellbeing initiatives equivalent to a specified percentage of the contract spend.
As part of our tender process, we invite bidders to choose one or more options from the Wellbeing Impact Menu. These options represent the well-being initiatives that your organisation intends to pursue and accomplish as part of fulfilling the Trivallis contract requirements.
The successful contractor will need to select one (or more) options from the Wellbeing Impact Menu to deliver in the first year of the contract.
This contract has a potential duration of 6 years. For each year of the contract, on the anniversary date, the successful contractor is required to review and choose an option (or options) from the menu to deliver in that specific year once again.
It is crucial to note that failure to select an option 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:148223)
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
21/02/2025