Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Material Supply and Delivery Service

  • First published: 17 May 2023
  • Last modified: 17 May 2023

Contents

Summary

OCID:
ocds-kuma6s-131666
Published by:
Tai Tarian Ltd
Authority ID:
AA1087
Publication date:
17 May 2023
Deadline date:
21 July 2023
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

We are seeking to issue a Contract for Material Supply and Delivery Service for a period of 7 years with the option to extend for up to a further 3 x 1 year periods. The Contract will be split into three lots: Lot 1: General Building Lot 2: Plumbing Lot 3. Electrical Lots will be awarded on an individual basis to a single Supplier and a Supplier may be awarded a combination of Lots. Therefore, Tenderers must ensure that their submission clearly shows that they’re able to meet the requirements of each selected Lot, and not to make any statement or assumption that their bid is conditional on being awarded all, or a minimum number of Lots. CPV: 44111000, 44111000, 44115210, 31681410.

Full notice text

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

Material Supply and Delivery Service

Reference number: 961

II.1.2) Main CPV code

44111000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

We are seeking to issue a Contract for Material Supply and Delivery Service for a period of 7 years with the option to extend for up to a further 3 x 1 year periods.

The Contract will be split into three lots:

Lot 1: General Building

Lot 2: Plumbing

Lot 3. Electrical

Lots will be awarded on an individual basis to a single Supplier and a Supplier may be awarded a combination of Lots.

Therefore, Tenderers must ensure that their submission clearly shows that they’re able to meet the requirements of each selected Lot, and not to make any statement or assumption that their bid is conditional on being awarded all, or a minimum number of Lots.

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

General Building Materials

II.2.2) Additional CPV code(s)

44111000

II.2.3) Place of performance

NUTS code:

UKL17

II.2.4) Description of the procurement

The Contract will be split into three lots:

Lot 1: General Building

Lot 2: Plumbing

Lot 3. Electrical

Tenderers are invited to submit options that they feel would offer innovative solutions that provide (and can demonstrate) industry best practice and value for money, whilst ensuring they meet the requirements of delivering the Contract.

Tai Tarian is keen to consider proposals from Tenderers who can offer the service from existing or newly developed premises, provided that an equally dedicated responsive service will be provided.

There are currently five internal teams delivering a mixture of reactive and planned work, all of which will utilise this contract

This requirement is expected to be achieved by delivering a van stock management and replenishment service to thirty vehicles across the three lots, as well as direct delivery of materials to customer’s homes, vacant properties or site in advance of the trades arriving to undertake the work. Provision of a collection facility is also required; however, it is expected that successful suppliers work with Tai Tarian and its customers to maximise direct deliveries and efficient management of van stocks so reducing counter collected orders.

An organisational commitment has been made to achieve carbon neutrality by 2030. The current focus is on operational energy and fuel, with efficiency being the driver in the near term, with use of more environmentally friendly products, cleaner energy and fuels to follow. Tenderers should demonstrate their own commitments to the environmental challenges and carbon reduction in the way it is intended to run and manage this contract.

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: 84

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for up to a further 3 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

Lot No: 2

II.2.1) Title

Plumbing Materials

II.2.2) Additional CPV code(s)

44115210

II.2.3) Place of performance

NUTS code:

UKL17

II.2.4) Description of the procurement

The Contract will be split into three lots:

Lot 1: General Building

Lot 2: Plumbing

Lot 3. Electrical

Tenderers are invited to submit options that they feel would offer innovative solutions that provide (and can demonstrate) industry best practice and value for money, whilst ensuring they meet the requirements of delivering the Contract.

Tai Tarian is keen to consider proposals from Tenderers who can offer the service from existing or newly developed premises, provided that an equally dedicated responsive service will be provided.

There are currently five internal teams delivering a mixture of reactive and planned work, all of which will utilise this contract

This requirement is expected to be achieved by delivering a van stock management and replenishment service to thirty vehicles across the three lots, as well as direct delivery of materials to customer’s homes, vacant properties or site in advance of the trades arriving to undertake the work. Provision of a collection facility is also required; however, it is expected that successful suppliers work with Tai Tarian and its customers to maximise direct deliveries and efficient management of van stocks so reducing counter collected orders.

An organisational commitment has been made to achieve carbon neutrality by 2030. The current focus is on operational energy and fuel, with efficiency being the driver in the near term, with use of more environmentally friendly products, cleaner energy and fuels to follow. Tenderers should demonstrate their own commitments to the environmental challenges and carbon reduction in the way it is intended to run and manage this contract.

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: 84

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for up to a further 3 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

Lot No: 3

II.2.1) Title

Electrical Materials

II.2.2) Additional CPV code(s)

31681410

II.2.3) Place of performance

NUTS code:

UKL17

II.2.4) Description of the procurement

The Contract will be split into three lots:

Lot 1: General Building

Lot 2: Plumbing

Lot 3. Electrical

Tenderers are invited to submit options that they feel would offer innovative solutions that provide (and can demonstrate) industry best practice and value for money, whilst ensuring they meet the requirements of delivering the Contract.

Tai Tarian is keen to consider proposals from Tenderers who can offer the service from existing or newly developed premises, provided that an equally dedicated responsive service will be provided.

There are currently five internal teams delivering a mixture of reactive and planned work, all of which will utilise this contract

This requirement is expected to be achieved by delivering a van stock management and replenishment service to thirty vehicles across the three lots, as well as direct delivery of materials to customer’s homes, vacant properties or site in advance of the trades arriving to undertake the work. Provision of a collection facility is also required; however, it is expected that successful suppliers work with Tai Tarian and its customers to maximise direct deliveries and efficient management of van stocks so reducing counter collected orders.

An organisational commitment has been made to achieve carbon neutrality by 2030. The current focus is on operational energy and fuel, with efficiency being the driver in the near term, with use of more environmentally friendly products, cleaner energy and fuels to follow. Tenderers should demonstrate their own commitments to the environmental challenges and carbon reduction in the way it is intended to run and manage this contract.

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: 84

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for up to a further 3 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/07/2023

Local time: 12:00

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: 21/07/2023

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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=131666.

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.

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:

Tai Tarian is committed to contributing to the social, economic and environmental well-being of the wider community. Consequently, Community Benefits clauses will be a mandatory contract clause. Therefore, as a minimum requirement, Tenderers will have to agree that community benefits will become part of the contract, if a Tenderer does not agree to this, then the Tenderer will be rejected.

This means, as part of their tender response, Tenderers are asked to set out how they will deliver ‘community benefits’ through the contract by completing the ‘Menu of Options’ which will form their Community Benefits Plan, attached as Appendix 5.

Tai Tarian will be adopting the “core approach” as part of this procurement process. This means the Community Benefits Plan will be evaluated and scored as part of the tender process. However, contractual clauses will set out the specific targets for delivery, to be agreed within 60 days of commencement of the contract.

(WA Ref:131666)

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

17/05/2023

Coding

Commodity categories

ID Title Parent category
44111000 Building materials Construction materials
31681410 Electrical materials Electrical accessories
44115210 Plumbing materials Building fittings

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
17 May 2023
Deadline date:
21 July 2023 00:00
Notice type:
02 Contract Notice
Authority name:
Tai Tarian Ltd
Publication date:
05 August 2024
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Tai Tarian Ltd

About the buyer

Main contact:
procurement@taitarian.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
28/06/2023 14:36
ADDED FILE: Community Benefits Policy
Community Benefits Policy

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx883.08 KB
This file may not be accessible.
pdf
pdf519.18 KB
This file may not be accessible.
xlsx
xlsx117.51 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.