Tender

Property Clearance, and Waste Management Services Framework

  • Trivallis

F02: Contract notice

Notice identifier: 2022/S 000-004699

Procurement identifier (OCID): ocds-h6vhtk-0318f7

Published 18 February 2022, 3:45pm



Section one: Contracting authority

one.1) Name and addresses

Trivallis

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

Email

adam.challonder@trivallis.co.uk

Telephone

+44 1443494609

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

www.trivallis.co.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0787

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

Property Clearance, and Waste Management Services Framework

Reference number

project_48712

two.1.2) Main CPV code

  • 90922000 - Pest-control services

two.1.3) Type of contract

Services

two.1.4) Short description

Trivallis are seeking the appointment of contractors to a 4-year Framework for the provision of Property cleaning and clearance requirements and Pest control requirements at properties owned by Trivallis.

The framework will consist of 3 lots as detailed below:

Lot 1 – Cleaning and clearance services (Property and Estate)

Lot 2 A – RCT North Waste Management Services

Lot 2 B – RCT South Waste Management Services

Bidders may choose to bid for one lot, or all lots.

Bidders can be successful on both Lots 1 and 2.

Please note that lot 2 is split in to 2 sub lots - A and B. Bidders can bid for both sub lots 2A and 2B but can only be successful on 1 of the sub lots.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot 1 – Cleaning and clearance services (Property and Estate)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45111213 - Site-clearance work

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys

two.2.4) Description of the procurement

Trivallis are seeking the appointment of contractors to a 4-year Framework for the provision of Property cleaning and clearance requirements and Pest control requirements at properties owned by Trivallis.

The framework will consist of 3 lots as detailed below:

Lot 1 – Cleaning and clearance services (Property and Estate)

Lot 2 A – RCT North Waste Management Services

Lot 2 B – RCT South Waste Management Services

Bidders may choose to bid for one lot, or all lots.

Bidders can be successful on both Lots 1 and 2.

Please note that lot 2 is split in to 2 sub lots - A and B. Bidders can bid for both sub lots 2A and 2B but can only be successful on 1 of the sub lots.

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 2 - Waste Management Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 19600000 - Leather, textile, rubber and plastic waste

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys

two.2.4) Description of the procurement

Trivallis are seeking the appointment of contractors to a 4-year Framework for the provision of Property cleaning and clearance requirements and Pest control requirements at properties owned by Trivallis.

The framework will consist of 3 lots as detailed below:

Lot 1 – Cleaning and clearance services (Property and Estate)

Lot 2 A – RCT North Waste Management Services

Lot 2 B – RCT South Waste Management Services

Bidders may choose to bid for one lot, or all lots.

Bidders can be successful on both Lots 1 and 2.

Please note that lot 2 is split in to 2 sub lots - A and B. Bidders can bid for both sub lots 2A and 2B but can only be successful on 1 of the sub lots.

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

Trivallis are seeking the appointment of contractors to a 4-year Framework for the provision of Property cleaning and clearance requirements and Pest control requirements at properties owned by Trivallis.

The framework will consist of 3 lots as detailed below:

Lot 1 – Cleaning and clearance services (Property and Estate)

Lot 2 A – RCT North Waste Management Services

Lot 2 B – RCT South Waste Management Services

Bidders may choose to bid for one lot, or all lots.

Bidders can be successful on both Lots 1 and 2.

Please note that lot 2 is split in to 2 sub lots - A and B. Bidders can bid for both sub lots 2A and 2B but can only be successful on 1 of the sub lots.

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


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

21 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

21 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=118747

(WA Ref:118747)

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