Tender

Windows and Porches Programme

  • Trivallis

F02: Contract notice

Notice identifier: 2025/S 000-006728

Procurement identifier (OCID): ocds-h6vhtk-04e67d

Published 21 February 2025, 1:16pm



Section one: Contracting authority

one.1) Name and addresses

Trivallis

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

Contact

Lewis Ford

Email

lewisford123@gmail.com

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

https://www.trivallis.co.uk

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

Other type

Registered Social Landlord (RSL)

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Windows and Porches Programme

Reference number

TRIV2025-PM169

two.1.2) Main CPV code

  • 45421100 - Installation of doors and windows and related components

two.1.3) Type of contract

Works

two.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).

two.1.5) Estimated total value

Value excluding VAT: £8,625,384

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44221100 - Windows
  • 45421110 - Installation of door and window frames

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys

two.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).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

72

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.1.2) 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.1.5) Information about reserved contract

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons

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.1.8) 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

25 March 2025

Local time

1:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 March 2025

Local time

1:00pm


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

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 https://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)

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