Section one: Contracting authority
one.1) Name and addresses
Trivallis
Ty Pennant, Mill Street
Pontypridd
CF37 2SW
Contact
Lewis Ford
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
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