91ÃÛÌÒÊÓÆµ

Construction Tenders

05 May 2025

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 3

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e668
Common Procurement VocabularyInstallation of fitted kitchens
Procurement MethodOpen procedure
Value£31,200,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 3

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e668
Common Procurement VocabularyInstallation of fitted kitchens
Procurement MethodOpen 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

Email

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