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.4) Type of the contracting authority
Other type
Registered Social Landlord
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fabric Decarbonisation Improvement Works Framework Agreement
Reference number
00975
two.1.2) Main CPV code
- 45320000 - Insulation work
two.1.3) Type of contract
Works
two.1.4) Short description
Tai Tarian is seeking to appoint contractors (Providers) to a Framework Agreement for Fabric Decarbonisation Improvement Works to support Tai Tarian in the delivery of its capital investment and optimised retrofit programmes.
The scope of this Framework Agreement comprises of fabric decarbonisation improvement works such as external wall insulation, installation of environmental building energy monitoring systems, internal wall insulation, loft insulation and re-roofing works.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £2,315,765 / Highest offer: £3,382,275 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 45321000 - Thermal insulation work
- 45260000 - Roof works and other special trade construction works
- 45261215 - Solar panel roof-covering work
- 45331210 - Ventilation installation work
- 45261410 - Roof insulation work
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
two.2.4) Description of the procurement
Tai Tarian is seeking to appoint contractors (Providers) to a Framework Agreement for Fabric Decarbonisation Improvement Works to support Tai Tarian in the delivery of its capital investment and optimised retrofit programmes.
The scope of this Framework Agreement comprises of fabric decarbonisation improvement works such as external wall insulation, installation of environmental building energy monitoring systems, internal wall insulation, loft insulation and re-roofing works.
All works are to be carried out in accordance with the Specification (Appendix 2A and 2B) and Preliminaries (Appendix 4), for the Provider’s submitted rates set out in the Price Framework (Appendix 1A) based on the NHF Schedule of Rates for Planned Maintenance and Property Reinvestment Works Version 8 (Appendix 1C) and NHF Schedule of Rates for Net Zero Carbon Works Version 8.01 Tai Tarian (Appendix 1D).
It is anticipated that the scope of the Framework will also include other works (including but not limited to): cavity wall insulation extraction and renewal of wall-ties, solar PV, battery storage and ventilation (Decentralised Mechanical Extract Ventilation DMEV, Positive input Ventilation PIV, Mechanical Ventilation Heat Recovery MVHR) in accordance with the Specification (Appendix 2A and 2B) and Preliminaries (Appendix 4), for the Provider’s submitted rates set out in the Price Framework (Appendix 1A) based on the NHF Schedule of Rates for Planned Maintenance and Property Reinvestment Works Version 8 (Appendix 1C) and NHF Schedule of Rates for Net Zero Carbon Works Version 8.01 Tai Tarian (Appendix 1D).
It is anticipated that there will be a package of approximately 100 properties consisting of the installation of external wall insulation, re-roofing works, loft insulation, installation of 2no. decentralised mechanical extraction ventilation units and the installation of an environmental building energy monitoring system issued as a call-off contract for Year 1 of the Framework Agreement. It is anticipated that further call-off contracts for each Year of the Framework Agreement will be issued in a similar manner and may also include additional fabric decarbonisation improvement works as set out in the ITT.
It is anticipated that a single Provider will be appointed as Primary Provider, and two additional Providers will be appointed as Reserve Providers.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
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 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
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: 2024/S 000-001046
Section five. Award of contract
Contract No
00975
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 April 2024
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
JOYNER P. A. LTD
JOYNER P. A. LTD, 1 COMMERCIAL COURT
NEWPORT
NP116AN
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
SERS Energy Solutions Group Ltd
Unit 3a, Gallagher Retail Park
Caerphilly
CF833GX
Country
United Kingdom
NUTS code
- UKL16 - Gwent Valleys
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
SAM DRYLINING LIMITED
SAM HOUSE, YNYSWEN RD
TREORCHY
CF426EG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £2,315,765 / Highest offer: £3,382,275 taken into consideration
Section six. Complementary information
six.3) Additional information
(WA Ref:143525)
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