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
Other: Registered Social Landlord
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Fabric Decarbonisation Improvement Works Framework Agreement
Reference number: 00975
II.1.2) Main CPV code
45320000
II.1.3) Type of contract
Works
II.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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
2 315 765.00
GBP/ Highest offer:
3 382 275.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
45321000
45260000
45261215
45331210
45261410
II.2.3) Place of performance
NUTS code:
UKL17
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
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:
2024/S 000-001046
Section V: Award of contract
Contract No: 00975
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2024
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
JOYNER P. A. LTD
JOYNER P. A. LTD, 1 COMMERCIAL COURT
NEWPORT
NP116AN
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SERS Energy Solutions Group Ltd
Unit 3a, Gallagher Retail Park
Caerphilly
CF833GX
UK
NUTS: UKL16
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SAM DRYLINING LIMITED
SAM HOUSE, YNYSWEN RD
TREORCHY
CF426EG
UK
NUTS: UK
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:
2 315 765.00
GBP
/ Highest offer:
3 382 275.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:143525)
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