Tender

The Quadrant Cladding Replacement

  • Onward Group Limited (acting on behalf of itself and any current or future subsidiaries)

F02: Contract notice

Notice identifier: 2021/S 000-008930

Procurement identifier (OCID): ocds-h6vhtk-02aa53

Published 26 April 2021, 4:49pm



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

Email

procurement@onward.co.uk

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

www.onward.co.uk

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