Section one: Contracting authority
one.1) Name and addresses
Trivallis
Ty Pennant, Mill Street
Pontypridd
CF37 2SW
adam.challonder@trivallis.co.uk
Telephone
+44 1443494609
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0787
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Trivallis Fire Safety Services And Associated Works Framework
Reference number
TRIV2022-FR1
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Trivallis is seeking the appointment of contractors to a 4-year Framework for the provision of Fire Safety requirements at properties owned by Trivallis.
The framework will consist of 3 lots as detailed below:
Lot 1 – FIRE CONSULTANCY
Lot 2 – FIRE RISK ASSESSMENTS
Lot 3 – PASSIVE FIRE PROTECTION
Bidders may choose to bid for one lot, or all lots. Bidders can be successful on all lots.
Trivallis reserves the right to stop the operation of the Framework at any time.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 2 – FIRE RISK ASSESSMENTS
Lot No
2
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
two.2.4) Description of the procurement
Trivallis is seeking the appointment of contractors to a 4-year Framework for the provision of Fire Safety requirements at properties owned by Trivallis.
The framework will consist of 3 lots as detailed below:
Lot 1 – FIRE CONSULTANCY
Lot 2 – FIRE RISK ASSESSMENTS
Lot 3 – PASSIVE FIRE PROTECTION
Bidders may choose to bid for one lot, or all lots. Bidders can be successful on all lots.
Trivallis reserves the right to stop the operation of the Framework at any time.
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
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Lot 1 – FIRE CONSULTANCY
Lot No
1
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
two.2.4) Description of the procurement
Trivallis is seeking the appointment of contractors to a 4-year Framework for the provision of Fire Safety requirements at properties owned by Trivallis.
The framework will consist of 3 lots as detailed below:
Lot 1 – FIRE CONSULTANCY
Lot 2 – FIRE RISK ASSESSMENTS
Lot 3 – PASSIVE FIRE PROTECTION
Bidders may choose to bid for one lot, or all lots. Bidders can be successful on all lots.
Trivallis reserves the right to stop the operation of the Framework at any time.
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
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Lot 3 – PASSIVE FIRE PROTECTION
Lot No
3
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
two.2.4) Description of the procurement
Trivallis is seeking the appointment of contractors to a 4-year Framework for the provision of Fire Safety requirements at properties owned by Trivallis.
The framework will consist of 3 lots as detailed below:
Lot 1 – FIRE CONSULTANCY
Lot 2 – FIRE RISK ASSESSMENTS
Lot 3 – PASSIVE FIRE PROTECTION
Bidders may choose to bid for one lot, or all lots. Bidders can be successful on all lots.
Trivallis reserves the right to stop the operation of the Framework at any time.
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
48
This contract is subject to renewal
No
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.1.1) 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 Framework ITT documentation and pre qualification envelope on e tender Wales.
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.2.2) Contract performance conditions
As per information provided within ITT and Appendix 3 Framework agreement.
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
22 March 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
22 March 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=118789
(WA Ref:118789)
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