Opportunity

Fabric Decarbonisation Improvement Works Framework Agreement

  • Tai Tarian Ltd

F02: Contract notice

Notice reference: 2024/S 000-001046

Published 12 January 2024, 9:29am



Section one: Contracting authority

one.1) Name and addresses

Tai Tarian Ltd

Ty Gwyn, Brunel Way, Baglan Energy Park

Neath

SA11 2FP

Email

procurement@taitarian.co.uk

Telephone

+44 1639505890

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.taitarian.co.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1087

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales

one.4) Type of the contracting authority

Other type

Registered Social Landlord

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fabric Decarbonisation Improvement Works Framework Agreement

Reference number

00975

two.1.2) Main CPV code

  • 45320000 - Insulation work

two.1.3) Type of contract

Works

two.1.4) Short description

Tai Tarian is seeking to appoint contractors (Providers) to a Framework Agreement for Fabric Decarbonisation Improvement Works to support Tai Tarian in the delivery of its capital investment and optimised retrofit programmes.

The scope of this Framework Agreement comprises of fabric decarbonisation improvement works such as external wall insulation, installation of environmental building energy monitoring systems, internal wall insulation, loft insulation and re-roofing works.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45321000 - Thermal insulation work
  • 45260000 - Roof works and other special trade construction works
  • 45261215 - Solar panel roof-covering work
  • 45331210 - Ventilation installation work
  • 45261410 - Roof insulation work

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot

two.2.4) Description of the procurement

Tai Tarian is seeking to appoint contractors (Providers) to a Framework Agreement for Fabric Decarbonisation Improvement Works to support Tai Tarian in the delivery of its capital investment and optimised retrofit programmes.

The scope of this Framework Agreement comprises of fabric decarbonisation improvement works such as external wall insulation, installation of environmental building energy monitoring systems, internal wall insulation, loft insulation and re-roofing works.

All works are to be carried out in accordance with the Specification (Appendix 2A and 2B) and Preliminaries (Appendix 4), for the Provider’s submitted rates set out in the Price Framework (Appendix 1A) based on the NHF Schedule of Rates for Planned Maintenance and Property Reinvestment Works Version 8 (Appendix 1C) and NHF Schedule of Rates for Net Zero Carbon Works Version 8.01 Tai Tarian (Appendix 1D).

It is anticipated that the scope of the Framework will also include other works (including but not limited to): cavity wall insulation extraction and renewal of wall-ties, solar PV, battery storage and ventilation (Decentralised Mechanical Extract Ventilation DMEV, Positive input Ventilation PIV, Mechanical Ventilation Heat Recovery MVHR) in accordance with the Specification (Appendix 2A and 2B) and Preliminaries (Appendix 4), for the Provider’s submitted rates set out in the Price Framework (Appendix 1A) based on the NHF Schedule of Rates for Planned Maintenance and Property Reinvestment Works Version 8 (Appendix 1C) and NHF Schedule of Rates for Net Zero Carbon Works Version 8.01 Tai Tarian (Appendix 1D).

It is anticipated that there will be a package of approximately 100 properties consisting of the installation of external wall insulation, re-roofing works, loft insulation, installation of 2no. decentralised mechanical extraction ventilation units and the installation of an environmental building energy monitoring system issued as a call-off contract for Year 1 of the Framework Agreement. It is anticipated that further call-off contracts for each Year of the Framework Agreement will be issued in a similar manner and may also include additional fabric decarbonisation improvement works as set out in the ITT.

It is anticipated that a single Provider will be appointed as Primary Provider, and two additional Providers will be appointed as Reserve Providers.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement shall operate for a period of 2 years with an option to extend for a further 2 x 1 year periods.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-034112

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 February 2024

Local time

9:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 February 2024

Local time

9:30am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: On completion of the Framework Agreement (2 years with an option to extend by a further 2 years)

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=137961.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

It’s Tai Tarian’s intention that the delivery of the Framework Agreement assists in the achievement of their commitment towards community benefits as outlined in Tai Tarian’s Community Benefits Policy. Therefore, as a minimum requirement, Tenderers will have to agree that community benefits will become part of the Framework Agreement, if a Tenderer does not agree to this, then the Tenderer will be rejected.

It is a contract condition that the Provider delivers community benefits as part of this Framework Agreement.

There are a variety of community benefit obligations outlined in the Framework Agreement and the Provider must agree to deliver one or more.

Tenderers must not outline the community benefit’s they are currently delivering for existing Clients. Tenderers must outline what they propose to offer for Tai Tarian if awarded the Framework Agreement.

Delivery of community benefits through all spend is aligned with the Well-being of Future Generations Act Wales and delivers against its goals.

All community benefit activities must take place within the Neath Port Talbot County Borough.

(WA Ref:137961)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom