Section one: Contracting authority
one.1) Name and addresses
Onward Group Limited (acting on behalf of itself and any current or future subsidiaries)
Renaissance Court, 2 Christie Way
Didsbury
M21 7QY
Contact
Lisa Kershaw
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/onwardhomes/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/onwardhomes/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Quadrant Cladding Replacement
Reference number
OG-P990
two.1.2) Main CPV code
- 45262650 - Cladding works
two.1.3) Type of contract
Works
two.1.4) Short description
Onward are seeking to appoint a suitably qualified and experienced contractor to undertake the removal of all non-compliant cladding and replacement with alternative cladding, compliant with the necessary applicable performance standards and Building Regulations, and similar in appearance and finish to the existing.The Contract will be let for a period of 12 (twelve) months – subject to Contractor input and agreement. The estimated value of the contract is approximately £4.5Million excluding VAT.
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45262650 - Cladding works
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Onward are seeking to appoint a suitably qualified, accredited and experienced contractor to undertake the remove existing non compliant cladding and reinstate a fire compliant cladding replacement.Snapshot – the removal of all non-compliant claddings at The Quadrant, particularly where insulated, to alleviate fire safety risk.The Client, Onward, is the group name for several subsidiaries. Under this group, Contour Property Services (CPS) are understood to be the Managing Agent for the property.The Quadrant apartment block was built in 2008 as a new build development. The development comprises 2 no. blocks (Block 1 and Block 2). The recladding work is required to Block 1 only. Block 1 comprises circa 90 no. individual apartments of which 50% are privately leased and the other 50% are social housing. The proposed works are to be carried out whilst all residents remain in occupation of their apartments.The building is some 4 – 8 storeys in height. The building footprint of Block 1 is an "L" shaped building footprint which is believed to be of a general concrete frame structure. An EWS1 survey has been completed by Oakleaf Group.The EWS1 report advises the replacement of:• Trespa rainscreen cladding HPL panels and associated insulation material.• EPS polystyrene insulation used in the External Wall Insulation (EWI) render system.• Treatment or replacement of timber balcony decks.BB Seven Ltd Fire Consultants are appointed to the project to provide overview and comment on the recladding design approach An application is being made for the project to be funded by the Building Safety Fund.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 June 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31 December 2021
four.2.7) Conditions for opening of tenders
Date
7 June 2021
Local time
12:03pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Under the Public Services (Social Value) Act 2012 the contracting authority must consider: (a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and (b) how, in concluding the process of procurement, it might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales, Royal Courts of Justice
The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales, Royal Courts of Justice
London
WC1A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
Didsbury
SW1A 2WS
Country
United Kingdom