Kitchens & Bathrooms Programme (Ангилья - Тендер #51686578) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 51686578 Дата публикации: 23-02-2024 Источник тендера: Sell2Wales – Government´s Initiative |
||
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 procurementThe contract is awarded by a central purchasing body
I.3) CommunicationThe 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
Regional or local authority
I.5) Main activityHousing and community amenities
Section II: Object II.1) Scope of the procurement II.1.1) TitleKitchens & Bathrooms Programme
Reference number: TRIV2024-KB
II.1.2) Main CPV code45215214
II.1.3) Type of contractWorks
II.1.4) Short descriptionTrivallis 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 valueValue excluding VAT: 5 400 000.00 GBP
II.1.6) Information about lotsThis 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) DescriptionLot No: 1
II.2.1) TitleLot 1 – Rhondda Area
II.2.2) Additional CPV code(s)44410000
II.2.3) Place of performanceNUTS code:
UKL15
II.2.4) Description of the procurementTrivallis 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 criteriaCriteria 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 systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitleLot 2 – Cynon Area
II.2.2) Additional CPV code(s)44410000
II.2.3) Place of performanceNUTS code:
UKL15
II.2.4) Description of the procurementTrivallis 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 criteriaCriteria 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 systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.1) TitleLot 3 – Taff Area
II.2.2) Additional CPV code(s)44410000
II.2.3) Place of performanceNUTS code:
UKL15
II.2.4) Description of the procurementTrivallis 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 criteriaCriteria 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 systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe 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 standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
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 participateDate: 22/03/2024
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 20/09/2024
IV.2.7) Conditions for opening of tendersDate: 25/03/2024
Local time: 12:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.3) Additional informationNOTE: 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 bodyHigh Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice23/02/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | lewis.ford@trivallis.co.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| 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 |
| ID | Description |
|---|---|
| 1015 | Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf) |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |