Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 3
Status Active
Published 21st Feb 2025
Reference | ocds-h6vhtk-04e668 |
Common Procurement Vocabulary | Installation of fitted kitchens |
Procurement Method | Open procedure |
Value | £31,200,000 |
No location provided
Category Works
Type
No. of Lots 3
Status Active
Published 21st Feb 2025
Reference | ocds-h6vhtk-04e668 |
Common Procurement Vocabulary | Installation of fitted kitchens |
Procurement Method | Open procedure |
Value | £31,200,000 |
Section I: Contracting authority
I.1) Name and addresses
Trivallis
Ty Pennant, Mill Street
Pontypridd
CF37 2SW
Contact
Lewis Ford
lewis.ford [at] trivallis.co.uk
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
Buyer's address
I.2) Information about 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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Other type
Registered Social Landlord (RSL)
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
TRIV2025-KB
II.1.2) Main CPV code
- 45421151 - Installation of fitted kitchens
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.
The works will be carried out at properties owned by Trivallis, situated in the geographical area of Rhondda Cynon Taff and any future areas.
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 - Reference – PM170
Lot 2 – Cynon Area - Reference – PM171
Lot 3 – Taff Area - Reference – PM172
Note that Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two Lots.
We particularly welcome responses from small and medium sized enterprises (SMEs).).
II.1.5) Estimated total value
Value excluding VAT: £31,200,000
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
II.2.1) Title
Lot 2 – Cynon Area - Reference – PM171
Lot No
2
II.2.2) Additional CPV code(s)
- 45215214 - Residential homes construction work
- 39141400 - Fitted kitchens
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
II.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
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.
The works will be carried out at properties owned by Trivallis, situated in the geographical area of Rhondda Cynon Taff and any future areas.
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 2 – Cynon Area - Reference – PM171
Note that Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two Lots.
We particularly welcome responses from small and medium sized enterprises (SMEs).
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
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
II.2) Description
II.2.1) Title
Lot 3 – Taff Area - Reference – PM172
Lot No
3
II.2.2) Additional CPV code(s)
- 45215214 - Residential homes construction work
- 39141400 - Fitted kitchens
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
II.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
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.
The works will be carried out at properties owned by Trivallis, situated in the geographical area of Rhondda Cynon Taff and any future areas.
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 3 – Taff Area - Reference – PM172
Note that Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two Lots.
We particularly welcome responses from small and medium sized enterprises (SMEs).
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
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
II.2) Description
II.2.1) Title
Lot 1 – Rhondda Area - Reference – PM170
Lot No
1
II.2.2) Additional CPV code(s)
- 45215214 - Residential homes construction work
- 39141400 - Fitted kitchens
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
II.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
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.
The works will be carried out at properties owned by Trivallis, situated in the geographical area of Rhondda Cynon Taff and any future areas.
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 - Reference – PM170
Note that Contractors are eligible to bid on all 3 lots, However, their success is limited to a maximum of two Lots.
We particularly welcome responses from small and medium sized enterprises (SMEs).
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
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.1.8) Information about the 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
24 March 2025
Local time
1:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
24 March 2025
Local time
1:00pm
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: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at
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 () 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 5 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.
Your response must detail how you propose to meet this requirement
(WA Ref:148369)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom