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
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.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
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: 24
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement shall operate for a period of 2 years with an option to extend for a further 2 x 1 year periods.
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
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 3
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 000-034112
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/02/2024
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:
19/02/2024
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:
On completion of the Framework Agreement (2 years with an option to extend by a further 2 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=137961.
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’s Tai Tarian’s intention that the delivery of the Framework Agreement assists in the achievement of their commitment towards community benefits as outlined in Tai Tarian’s Community Benefits Policy. Therefore, as a minimum requirement, Tenderers will have to agree that community benefits will become part of the Framework Agreement, if a Tenderer does not agree to this, then the Tenderer will be rejected.
It is a contract condition that the 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 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:137961)
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
12/01/2024