Section one: Contracting authority
one.1) Name and addresses
Origin Housing
St Richards House 110 Eversholt
London
NW1 1BS
Contact
Procurement Team
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.originhousing.org.uk/
Buyer's address
https://www.originhousing.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Faithorn Farrell Timss
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
Contact
Procurement Team
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
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
T1-5851 Archway Heights
two.1.2) Main CPV code
- 45262650 - Cladding works
two.1.3) Type of contract
Works
two.1.4) Short description
1.2.1 Origin Housing Limited requires the replacement of existing external cladding (including sheathing board, insulation, fire breaks, helping hands/rails, vapour barrier etc) to Archway Heights residential block.
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
- 45320000 - Insulation work
- 45453100 - Refurbishment work
two.2.3) Place of performance
NUTS codes
- UKI43 - Haringey and Islington
Main site or place of performance
Archway Heights, 16-20 Archway Road, London N19 3TF
two.2.4) Description of the procurement
The building is a nine-storey residential tower block constructed with a reinforced concrete frame, with a steel frame (SFC) and clad using cement particle sheathing board, rigid board PIR insulation, vapour barriers, edpm, intumescent fire breaks and aluminium cladding on a hook railing system. This project comprises the removal of the existing system in its entirety (including the existing sheathing board, insulation, fire barriers, ply parapets, edpm, vapour barrier etc.) and replacing with a calcium silicate/versa panel sheathing board, mineral insulated system with a certified Euroclass rating to BS EN 13501 of A1/A2, edpm, vapour barriers, helping hands rail system fire barriers, with external appearance to match the existing appearance and including all associated work. This work is to be completed whilst the building remains in full occupation.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite between 5 and 7 Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6.
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
two.2.14) Additional information
A full specification is provided within the draft tender documents.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Requirements are detailed within the tender documents.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
All conditions are detailed within the procurement documents.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
9 September 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 October 2022
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
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=226999.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:226999)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Royal Courts of Justice, The Stranf
London
W2 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom