Tender

Trivallis Access Adaptations And Associated Works Framework

  • Trivallis

F02: Contract notice

Notice identifier: 2022/S 000-009712

Procurement identifier (OCID): ocds-h6vhtk-032c8d

Published 12 April 2022, 12:00pm



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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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 Access Adaptations And Associated Works Framework

Reference number

itt_94238

two.1.2) Main CPV code

  • 45211100 - Construction work for houses

two.1.3) Type of contract

Works

two.1.4) Short description

Trivallis are seeking to appoint experienced contractors to be appointed to a framework for Adaptations and associated works.

Mini competitions and direct awards will be a function of framework and will be run with the intention of procuring responsible contractors for completing reactive and access adaptations works. Typical works orders will include, but shall not be limited to:

- Ramps

- Renewal of steps

- Walls

- Hardstandings

- Void refurbishments

- Major internal works

- External Lift work preparation works

- Kitchen alterations

- External works including fencing and softplay areas

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45211100 - Construction work for houses

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys
Main site or place of performance

Rhondda Cynon Taf

two.2.4) Description of the procurement

Trivallis are seeking to appoint experienced contractors to be appointed to a framework for Adaptations and associated works.

Mini competitions and direct awards will be a function of framework and will be run with the intention of procuring responsible contractors for completing reactive and access adaptations works. Typical works orders will include, but shall not be limited to:

- Ramps

- Renewal of steps

- Walls

- Hardstandings

- Void refurbishments

- Major internal works

- External Lift work preparation works

- Kitchen alterations

- External works including fencing and softplay areas

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

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

12 May 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

12 May 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=120482

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

Trivallis are an organisation that work to improve the social, cultural, environmental and economic well-being of Rhondda Cynon Taff. Trivallis need to address the long-term impact of their decisions, to work better with people, communities and each other.

It is imperative that the winning bidder can support the delivery of social value when delivering the contract.

Please also summarise below how your company could aid in improving their CSR (e.g. reducing CO2 Emissions, helping local communities).

Responses to this section will be shared with our Regeneration team within Trivallis who may contact the successful bidders to implement the principles.

(WA Ref:120482)

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