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

Whole House Void Property Works Framework Agreement

  • First published: 15 August 2023
  • Last modified: 15 August 2023

Contents

Summary

OCID:
ocds-kuma6s-134055
Published by:
Tai Tarian Ltd
Authority ID:
AA1087
Publication date:
15 August 2023
Deadline date:
25 September 2023
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

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. CPV: 45400000, 45000000, 45300000, 45400000, 45000000, 45400000, 45300000, 09300000, 45320000.

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

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

Coding

Commodity categories

ID Title Parent category
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
09300000 Electricity, heating, solar and nuclear energy Petroleum products, fuel, electricity and other sources of energy
45320000 Insulation work Building installation work

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.

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
24/08/2023 15:27
ADDED FILE: 1C - Responsive v7.2 Volume 2 (a) Schedule of Rates Longs
Responsive v7.2 Volume 2 (a) Schedule of Rates Longs
24/08/2023 15:28
ADDED FILE: 1D - Planned Maint v7.2 Volume 2 Schedule of Rates
Planned Maintenance v7.2 Volume 2 Schedule of Rates
24/08/2023 15:29
Appendix 1C
Responsive v7.2 Volume 2 (a) Schedule of Rates Longs
24/08/2023 15:31
ADDED FILE: 1E - Retrofit v7.2 Volume 2 Schedule of Rates
Appendix 1E
07/09/2023 07:58
REPLACED FILE: ITT - Whole House Void Property Works Framework Agreement - Ref 00964
ITT - updated turnover requirement for Lot 1 (question D3 of the Tender Selection Stage)

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

pdf
pdf8.43 MB
This file may not be accessible.
pdf
pdf8.97 MB
This file may not be accessible.
zip
zip700.55 KB
This file may not be accessible.
zip
zip824.40 KB
This file may not be accessible.
pdf
pdf52.25 KB
This file may not be accessible.
pdf
pdf380.10 KB
This file may not be accessible.
pdf
pdf719.36 KB
This file may not be accessible.
pdf
pdf2.80 MB
This file may not be accessible.
pdf
pdf242.13 KB
This file may not be accessible.
docx
docx1.29 MB
This file may not be accessible.
docx
pdf
pdf2.32 MB
This file may not be accessible.
xlsx

Replaced 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.