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

Fabric Decarbonisation Improvement Works Framework Agreement

  • First published: 12 January 2024
  • Last modified: 12 January 2024

Contents

Summary

OCID:
ocds-kuma6s-137961
Published by:
Tai Tarian Ltd
Authority ID:
AA1087
Publication date:
12 January 2024
Deadline date:
19 February 2024
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

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. CPV: 45320000, 45321000, 45260000, 45261215, 45331210, 45261410.

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

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

Coding

Commodity categories

ID Title Parent category
45320000 Insulation work Building installation work
45261410 Roof insulation work Erection and related works of roof frames and coverings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
45321000 Thermal insulation work Insulation work
45331210 Ventilation installation work Heating, ventilation and air-conditioning 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
No further information has been uploaded.

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
pdf138.02 KB
This file may not be accessible.
pdf
pdf35.53 KB
This file may not be accessible.
pdf
pdf249.33 KB
This file may not be accessible.
pdf
pdf960.39 KB
This file may not be accessible.
pdf
pdf587.92 KB
This file may not be accessible.
pdf
pdf207.49 KB
This file may not be accessible.
pdf
pdf144.33 KB
This file may not be accessible.
pdf
pdf4.02 MB
This file may not be accessible.
pdf
pdf4.78 MB
This file may not be accessible.
pdf
pdf3.39 MB
This file may not be accessible.
pdf
pdf9.62 MB
This file may not be accessible.
pdf
pdf259.39 KB
This file may not be accessible.
xlsx
xlsx474.54 KB
This file may not be accessible.
pdf
pdf2.19 MB
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.