Tender

Whole House Void Property Works Framework Agreement

  • Tai Tarian Ltd

F02: Contract notice

Notice identifier: 2023/S 000-023804

Procurement identifier (OCID): ocds-h6vhtk-03d663

Published 15 August 2023, 8:54am



Section one: Contracting authority

one.1) Name and addresses

Tai Tarian Ltd

Ty Gwyn, Brunel Way, Baglan Energy Park

Neath

SA11 2FP

Email

procurement@taitarian.co.uk

Telephone

+44 1639505890

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.taitarian.co.uk

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

Whole House Void Property Works Framework Agreement

Reference number

00964

two.1.2) Main CPV code

  • 45400000 - Building completion work

two.1.3) Type of contract

Works

two.1.4) Short description

Tai Tarian is seeking to appoint contractors (Service Providers) to a Framework Agreement for Whole House Void Property Works to support Tai Tarian in the delivery of its void property maintenance and optimised retrofit programmes.

The Framework Agreement will be split into the following two Lots:

Lot 1 – Routine Voids

Lot 2 – Retrofit Voids

Lots will be awarded on an individual basis and a Tenderer can bid for either one or both Lots.

The estimated annual value for each Lot is:

Lot 1 – Routine Voids – 3,400,000 GBP

Lot 2 – Retrofit Voids – 1,625,000 GBP.

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

Routine Voids

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot

two.2.4) Description of the procurement

The scope of this Lot comprises of whole house property works to Tai Tarian’s ‘routine’ void domestic properties as set out in the NHF Schedule of Rates for Planned Maintenance and Property Reinvestment Works (Version 7.2) and Responsive Maintenance and Void Property Works (Version 7.2) included in Appendix 1, and in accordance with Appendix 2 – Specification 2A and Specification 2B.

In addition to this, the Service Provider may be required to carry out works that are within the scope of the Framework Agreement but are not specifically provided for within the relevant Schedule of Rates.

This Lot will be split into 4 Areas.

It is anticipated that a maximum of 4 Service Providers will be appointed as Primary Service Providers within this Lot, and each Primary Service Provider will be allocated an Area.

It is anticipated that a maximum of 4 Service Providers will be appointed as Reserve Service Providers within this Lot.

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

Yes

Description of renewals

Tai Tarian reserves the right to extend the original contract duration.

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

Retrofit Voids

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45400000 - Building completion work
  • 45300000 - Building installation work
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 45320000 - Insulation work

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot

two.2.4) Description of the procurement

The scope of this Lot comprises of whole house property works including optimised retrofit works to Tai Tarian’s void domestic properties as set out in the NHF Schedule of Rates for Planned Maintenance and Property Reinvestment Works (Version 7.2), Responsive Maintenance and Void Property Works (Version 7.2) and Retrofit Works (Version 7.2) included in Appendix 1, and in accordance with Appendix 2 – Specification 2A, Specification 2B and Specification 2C.

In addition to this, the Service Provider may be required to carry out works that are within the scope of the Framework Agreement but are not specifically provided for within the relevant Schedule of Rates.

It is anticipated that there will be approximately 100 Retrofit Voids issued under this Lot over the duration of the Framework Agreement.

It is anticipated (but no obligation) that Works Orders will be aggregated under packages of 5, 10 or 15 Retrofit Voids at one time.

It is anticipated that a maximum of 4 Service Providers will be appointed within this Lot.

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

Yes

Description of renewals

Tai Tarian reserves the right to extend the original contract duration.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 12

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-016963

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 September 2023

Local time

9:00am

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

25 September 2023

Local time

9:30am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: At the expiry of the Framework Agreement - anticipated to be 4 years.

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=134055.

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.

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:

It is a contract condition that the Service Provider delivers community benefits as part of this Framework Agreement.

There are a variety of community benefit obligations outlined in the Framework Agreement and the Service Provider must agree to deliver one or more.

Tenderers must not outline the community benefit’s they are currently delivering for existing Clients. Tenderers must outline what they propose to offer for Tai Tarian if awarded the Framework Agreement.

Delivery of community benefits through all spend is aligned with the Well-being of Future Generations Act Wales and delivers against its goals.

All community benefit activities must take place within the Neath Port Talbot County Borough.

(WA Ref:134055)

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