Tender

T1-5851 Archway Heights

  • Origin Housing

F02: Contract notice

Notice identifier: 2022/S 000-021765

Procurement identifier (OCID): ocds-h6vhtk-0359ed

Published 8 August 2022, 3:42pm



Section one: Contracting authority

one.1) Name and addresses

Origin Housing

St Richards House 110 Eversholt

London

NW1 1BS

Contact

Procurement Team

Email

procurement@effefftee.co.uk

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

https://www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell Timss

Central Court, 1 Knoll Rise

Orpington

BR6 0JA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.effefftee.co.uk

Buyer's address

https://www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

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

Email

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