Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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
II.1.7) Total value of the procurement
Lowest offer:
684 688.00
GBP/ Highest offer:
4 582 413.00
GBP
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
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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 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
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 000-023804
Section V: Award of contract
Lot No: 1
Title: Routine Voids
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/11/2023
V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 15
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 15
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Jeff Way Construction Limited
Unit 10, Phoenix Business Park
Newport
NP190LW
UK
NUTS: UKL21
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
BELL GROUP LTD
Bell Business Park, Rochsolloch Road
Airdrie
ML69BG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
D & M BUILDING SERVICES LIMITED
Unit A Enterprise Centre, Bryn Road, Aberkenfig
Bridgend
CF329BS
UK
NUTS: UKL17
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
PROPERTY BUILDING MAINTENANCE (WALES) LIMITED
Islawen Farm Caeau Duon, Pencoed
Bridgend
CF356SP
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ASW PROPERTY SERVICES LIMITED
Mha House Charter Court, Phoenix Way, Swansea Enterprise Park
Swansea
SA79FS
UK
NUTS: UKL18
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ANDREW D'AURIA SOLUTIONS LIMITED
197 Neath Road, Landore
Swansea
SA12JT
UK
NUTS: UKL18
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
R & M WILLIAMS (HOLDINGS) LIMITED
Williams House, Station Square
Neath
SA111BY
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Jefferies Contractors Ltd
Unit 5a, Cambrian Industrial Estate
Coed Cae Lane , Pontyclun
CF729EW
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
3 703 553.00
GBP
/ Highest offer:
4 582 413.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Retrofit Voids
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/11/2023
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Jeff Way Construction Limited
Unit 10, Phoenix Business Park
Newport
NP190LW
UK
NUTS: UKL21
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SR Building Solutions Ltd
Old Six Bells Inn, Heolgerrig
Merthyr Tydfil
CF481rp
UK
NUTS: UKL15
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ANDREW D'AURIA SOLUTIONS LIMITED
197 Neath Road, Landore
Swansea
SA12JT
UK
NUTS: UKL18
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ASW PROPERTY SERVICES LIMITED
Mha House Charter Court, Phoenix Way, Swansea Enterprise Park
Swansea
SA79FS
UK
NUTS: UKL18
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
684 688.00
GBP
/ Highest offer:
2 087 072.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:143514)
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
05/08/2024