Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Tai Tarian Ltd
Ty Gwyn, Brunel Way, Baglan Energy Park
Neath
SA11 2FP
UK
Telephone: +44 1639505890
E-mail: procurement@taitarian.co.uk
NUTS: UK
Internet address(es)
Main address: http://www.taitarian.co.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1087
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Whole House Void Property Works Framework Agreement
Reference number: 00964
II.1.2) Main CPV code
45400000
II.1.3) Type of contract
Works
II.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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Routine Voids
II.2.2) Additional CPV code(s)
45000000
45300000
45400000
II.2.3) Place of performance
NUTS code:
UKL17
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Retrofit Voids
II.2.2) Additional CPV code(s)
45000000
45400000
45300000
09300000
45320000
II.2.3) Place of performance
NUTS code:
UKL17
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 12
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-016963
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/09/2023
Local time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
25/09/2023
Local time: 09:30
Section VI: Complementary information
VI.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.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://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 http://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.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
15/08/2023