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

Kitchens & Bathrooms Programme

  • First published: 23 February 2024
  • Last modified: 23 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-139273
Published by:
Trivallis
Authority ID:
AA0787
Publication date:
23 February 2024
Deadline date:
22 March 2024
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Trivallis are seeking to appoint experienced contractors to undertake the installation and renewal of kitchens and bathrooms, along with all associated works and delivery of wellbeing initiatives. The associated elements include, but shall not be limited to; I. Kitchen renewals II. Bathroom renewals III. Walk in showers IV. WC’s V. Rewiring Works under this contract will be carried out as a result of stock condition surveys which will identify the kitchens and bathrooms in Trivallis properties as having reached the end of their life cycle. This tender exercise aims to help Trivallis select a minimum of two (2) and a maximum of three (3) suitable partners to carry out the necessary works and services. Trivallis intends to award contracts to the top two (2) ranked bidders in the tender process and reserves the right to award each Lot to three (3) separate contractors pending evaluation of the tender bids. The contract will be split into 3 lots, the lotting structure can be found below; Lot 1 – Rhondda Area Lot 2 – Cynon Area Lot 3 – Taff Area Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two lots. CPV: 45215214, 44410000, 44410000, 44410000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Trivallis

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK

E-mail: lewis.ford@trivallis.co.uk

NUTS: UKL15

Internet address(es)

Main address: https://www.trivallis.co.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0787

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Kitchens & Bathrooms Programme

Reference number: TRIV2024-KB

II.1.2) Main CPV code

45215214

 

II.1.3) Type of contract

Works

II.1.4) Short description

Trivallis are seeking to appoint experienced contractors to undertake the installation and renewal of kitchens and bathrooms, along with all associated works and delivery of wellbeing initiatives.

The associated elements include, but shall not be limited to;

I. Kitchen renewals

II. Bathroom renewals

III. Walk in showers

IV. WC’s

V. Rewiring

Works under this contract will be carried out as a result of stock condition surveys which will identify the kitchens and bathrooms in Trivallis properties as having reached the end of their life cycle.

This tender exercise aims to help Trivallis select a minimum of two (2) and a maximum of three (3) suitable partners to carry out the necessary works and services. Trivallis intends to award contracts to the top two (2) ranked bidders in the tender process and reserves the right to award each Lot to three (3) separate contractors pending evaluation of the tender bids.

The contract will be split into 3 lots, the lotting structure can be found below;

Lot 1 – Rhondda Area

Lot 2 – Cynon Area

Lot 3 – Taff Area

Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two lots.

II.1.5) Estimated total value

Value excluding VAT: 5 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – Rhondda Area

II.2.2) Additional CPV code(s)

44410000

II.2.3) Place of performance

NUTS code:

UKL15

II.2.4) Description of the procurement

Trivallis are seeking to appoint experienced contractors to undertake the installation and renewal of kitchens and bathrooms, along with all associated works and delivery of wellbeing initiatives.

The associated elements include, but shall not be limited to;

I. Kitchen renewals

II. Bathroom renewals

III. Walk in showers

IV. WC’s

V. Rewiring

Works under this contract will be carried out as a result of stock condition surveys which will identify the kitchens and bathrooms in Trivallis properties as having reached the end of their life cycle.

This tender exercise aims to help Trivallis select a minimum of two (2) and a maximum of three (3) suitable partners to carry out the necessary works and services. Trivallis intends to award contracts to the top two (2) ranked bidders in the tender process and reserves the right to award each Lot to three (3) separate contractors pending evaluation of the tender bids.

The contract will be split into 3 lots, the lotting structure can be found below;

Lot 1 – Rhondda Area

Lot 2 – Cynon Area

Lot 3 – Taff Area

Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two lots.

II.2.5) Award criteria

Criteria below:

Quality criterion: Organisational Experience / Weighting: 10

Quality criterion: Methodology for Delivery / Weighting: 40

Quality criterion: Resource and Capacity / Weighting: 20

Quality criterion: Managing Risks / Weighting: 15

Quality criterion: Tenant Liaison and Staff Conduct / Weighting: 10

Quality criterion: Well being Impact initiatives / Weighting: 5

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

12 months, subject to satisfactory review.

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

Lot 2 – Cynon Area

II.2.2) Additional CPV code(s)

44410000

II.2.3) Place of performance

NUTS code:

UKL15

II.2.4) Description of the procurement

Trivallis are seeking to appoint experienced contractors to undertake the installation and renewal of kitchens and bathrooms, along with all associated works and delivery of wellbeing initiatives.

The associated elements include, but shall not be limited to;

I. Kitchen renewals

II. Bathroom renewals

III. Walk in showers

IV. WC’s

V. Rewiring

Works under this contract will be carried out as a result of stock condition surveys which will identify the kitchens and bathrooms in Trivallis properties as having reached the end of their life cycle.

This tender exercise aims to help Trivallis select a minimum of two (2) and a maximum of three (3) suitable partners to carry out the necessary works and services. Trivallis intends to award contracts to the top two (2) ranked bidders in the tender process and reserves the right to award each Lot to three (3) separate contractors pending evaluation of the tender bids.

The contract will be split into 3 lots, the lotting structure can be found below;

Lot 1 – Rhondda Area

Lot 2 – Cynon Area

Lot 3 – Taff Area

Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two lots.

II.2.5) Award criteria

Criteria below:

Quality criterion: Organisational Experience / Weighting: 10

Quality criterion: Methodology for Delivery / Weighting: 40

Quality criterion: Resource & Capacity / Weighting: 20

Quality criterion: Managing Risks / Weighting: 15

Quality criterion: Tenant Liaison and Staff Conduct / Weighting: 10

Quality criterion: Well being Impact initiatives / Weighting: 5

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

12 months, subject to satisfactory review.

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

Lot 3 – Taff Area

II.2.2) Additional CPV code(s)

44410000

II.2.3) Place of performance

NUTS code:

UKL15

II.2.4) Description of the procurement

Trivallis are seeking to appoint experienced contractors to undertake the installation and renewal of kitchens and bathrooms, along with all associated works and delivery of wellbeing initiatives.

The associated elements include, but shall not be limited to;

I. Kitchen renewals

II. Bathroom renewals

III. Walk in showers

IV. WC’s

V. Rewiring

Works under this contract will be carried out as a result of stock condition surveys which will identify the kitchens and bathrooms in Trivallis properties as having reached the end of their life cycle.

This tender exercise aims to help Trivallis select a minimum of two (2) and a maximum of three (3) suitable partners to carry out the necessary works and services. Trivallis intends to award contracts to the top two (2) ranked bidders in the tender process and reserves the right to award each Lot to three (3) separate contractors pending evaluation of the tender bids.

The contract will be split into 3 lots, the lotting structure can be found below;

Lot 1 – Rhondda Area

Lot 2 – Cynon Area

Lot 3 – Taff Area

Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two lots.

II.2.5) Award criteria

Criteria below:

Quality criterion: Organisational Experience / Weighting: 10

Quality criterion: Methodology for Delivery / Weighting: 40

Quality criterion: Resource & Capacity / Weighting: 20

Quality criterion: Managing Risks / Weighting: 15

Quality criterion: Tenant Liaison and Staff Conduct / Weighting: 10

Quality criterion: Well being Impact initiatives / Weighting: 5

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

12 months, subject to satisfactory review.

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: 22/03/2024

Local time: 13:00

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

Tender must be valid until: 20/09/2024

IV.2.7) Conditions for opening of tenders

Date: 25/03/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=139273

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:

The Requirement

At Trivallis, our approach to procurement is deeply rooted in the principles of social value and community benefits. We understand the potential for collaborative investments with external stakeholders to make a positive impact on well-being.

To align with the Trivallis commitment to well-being impact and community benefits, we have developed a Wellbeing Impact menu of options (Annex 11 of tender suite).

The wellbeing menu of options is designed to support Trivallis in achieving our goals in delivering well-being impact values, in accordance with the requirements outlined in our business contracts.

As part of the contract delivery, our contracted partners must implement Wellbeing initiatives equivalent to a specified percentage of the contract spend.

As part of our tender process, we invite bidders to choose one or more options from the Wellbeing Impact Menu. These options represent the well-being initiatives that your organisation intends to pursue and accomplish as part of fulfilling the Trivallis contract requirements.

The successful contractor will need to select one (or more) options from the Wellbeing Impact Menu to deliver in the first year of the contract.

This contract has a potential duration of 6 years. For each year of the contract, on the anniversary date, the successful contractor is required to review and choose an option (or options) from the menu to deliver in that specific year once again.

It is crucial to note that failure to select an option will render the tender bid non-compliant, resulting in exclusion from the tender process.

Responses to this section will be reviewed by our Senior Manager of Partnerships. If your tender bid is successful, they will contact you three weeks after the contract is agreed upon to collaborate on an individualised Community Benefit Plan.

By fostering partnerships and prioritising well-being, we believe we can create a lasting positive impact on our communities and the lives of our residents.

Your response must detail how you propose to meet this requirement

(WA Ref:139273)

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

23/02/2024

Coding

Commodity categories

ID Title Parent category
44410000 Articles for the bathroom and kitchen Miscellaneous fabricated products and related items
45215214 Residential homes construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences

Delivery locations

ID Description
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

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:
lewis.ford@trivallis.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.