Section one: Contracting authority
one.1) Name and addresses
Tai Tarian Ltd
Ty Gwyn, Brunel Way, Baglan Energy Park
Neath
SA11 2FP
Telephone
+44 1639505890
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1087
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sell2wales.gov.wales
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sell2wales.gov.wales
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Material Supply and Delivery Service
Reference number
961
two.1.2) Main CPV code
- 44111000 - Building materials
two.1.3) Type of contract
Supplies
two.1.4) Short description
We are seeking to issue a Contract for Material Supply and Delivery Service for a period of 7 years with the option to extend for up to a further 3 x 1 year periods.
The Contract will be split into three lots:
Lot 1: General Building
Lot 2: Plumbing
Lot 3. Electrical
Lots will be awarded on an individual basis to a single Supplier and a Supplier may be awarded a combination of Lots.
Therefore, Tenderers must ensure that their submission clearly shows that they’re able to meet the requirements of each selected Lot, and not to make any statement or assumption that their bid is conditional on being awarded all, or a minimum number of Lots.
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
General Building Materials
Lot No
1
two.2.2) Additional CPV code(s)
- 44111000 - Building materials
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
two.2.4) Description of the procurement
The Contract will be split into three lots:
Lot 1: General Building
Lot 2: Plumbing
Lot 3. Electrical
Tenderers are invited to submit options that they feel would offer innovative solutions that provide (and can demonstrate) industry best practice and value for money, whilst ensuring they meet the requirements of delivering the Contract.
Tai Tarian is keen to consider proposals from Tenderers who can offer the service from existing or newly developed premises, provided that an equally dedicated responsive service will be provided.
There are currently five internal teams delivering a mixture of reactive and planned work, all of which will utilise this contract
This requirement is expected to be achieved by delivering a van stock management and replenishment service to thirty vehicles across the three lots, as well as direct delivery of materials to customer’s homes, vacant properties or site in advance of the trades arriving to undertake the work. Provision of a collection facility is also required; however, it is expected that successful suppliers work with Tai Tarian and its customers to maximise direct deliveries and efficient management of van stocks so reducing counter collected orders.
An organisational commitment has been made to achieve carbon neutrality by 2030. The current focus is on operational energy and fuel, with efficiency being the driver in the near term, with use of more environmentally friendly products, cleaner energy and fuels to follow. Tenderers should demonstrate their own commitments to the environmental challenges and carbon reduction in the way it is intended to run and manage this contract.
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
84
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 3 x 1 year periods.
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
Plumbing Materials
Lot No
2
two.2.2) Additional CPV code(s)
- 44115210 - Plumbing materials
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
two.2.4) Description of the procurement
The Contract will be split into three lots:
Lot 1: General Building
Lot 2: Plumbing
Lot 3. Electrical
Tenderers are invited to submit options that they feel would offer innovative solutions that provide (and can demonstrate) industry best practice and value for money, whilst ensuring they meet the requirements of delivering the Contract.
Tai Tarian is keen to consider proposals from Tenderers who can offer the service from existing or newly developed premises, provided that an equally dedicated responsive service will be provided.
There are currently five internal teams delivering a mixture of reactive and planned work, all of which will utilise this contract
This requirement is expected to be achieved by delivering a van stock management and replenishment service to thirty vehicles across the three lots, as well as direct delivery of materials to customer’s homes, vacant properties or site in advance of the trades arriving to undertake the work. Provision of a collection facility is also required; however, it is expected that successful suppliers work with Tai Tarian and its customers to maximise direct deliveries and efficient management of van stocks so reducing counter collected orders.
An organisational commitment has been made to achieve carbon neutrality by 2030. The current focus is on operational energy and fuel, with efficiency being the driver in the near term, with use of more environmentally friendly products, cleaner energy and fuels to follow. Tenderers should demonstrate their own commitments to the environmental challenges and carbon reduction in the way it is intended to run and manage this contract.
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
84
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 3 x 1 year periods.
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
Electrical Materials
Lot No
3
two.2.2) Additional CPV code(s)
- 31681410 - Electrical materials
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
two.2.4) Description of the procurement
The Contract will be split into three lots:
Lot 1: General Building
Lot 2: Plumbing
Lot 3. Electrical
Tenderers are invited to submit options that they feel would offer innovative solutions that provide (and can demonstrate) industry best practice and value for money, whilst ensuring they meet the requirements of delivering the Contract.
Tai Tarian is keen to consider proposals from Tenderers who can offer the service from existing or newly developed premises, provided that an equally dedicated responsive service will be provided.
There are currently five internal teams delivering a mixture of reactive and planned work, all of which will utilise this contract
This requirement is expected to be achieved by delivering a van stock management and replenishment service to thirty vehicles across the three lots, as well as direct delivery of materials to customer’s homes, vacant properties or site in advance of the trades arriving to undertake the work. Provision of a collection facility is also required; however, it is expected that successful suppliers work with Tai Tarian and its customers to maximise direct deliveries and efficient management of van stocks so reducing counter collected orders.
An organisational commitment has been made to achieve carbon neutrality by 2030. The current focus is on operational energy and fuel, with efficiency being the driver in the near term, with use of more environmentally friendly products, cleaner energy and fuels to follow. Tenderers should demonstrate their own commitments to the environmental challenges and carbon reduction in the way it is intended to run and manage this contract.
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
84
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 3 x 1 year periods.
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
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
21 July 2023
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 July 2023
Local time
2:00pm
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: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=131666.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
Tai Tarian is committed to contributing to the social, economic and environmental well-being of the wider community. Consequently, Community Benefits clauses will be a mandatory contract clause. Therefore, as a minimum requirement, Tenderers will have to agree that community benefits will become part of the contract, if a Tenderer does not agree to this, then the Tenderer will be rejected.
This means, as part of their tender response, Tenderers are asked to set out how they will deliver ‘community benefits’ through the contract by completing the ‘Menu of Options’ which will form their Community Benefits Plan, attached as Appendix 5.
Tai Tarian will be adopting the “core approach” as part of this procurement process. This means the Community Benefits Plan will be evaluated and scored as part of the tender process. However, contractual clauses will set out the specific targets for delivery, to be agreed within 60 days of commencement of the contract.
(WA Ref:131666)
The buyer considers that this contract is suitable for consortia.
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