Tender

Rowley Way Estate Heating Infrastructure Works

LONDON BOROUGH OF CAMDEN

This public procurement record has 1 release in its history.

Tender

10 Sep 2025 at 16:00

Summary of the contracting process

The London Borough of Camden is managing a procurement process for the Rowley Way Estate Heating Infrastructure Works, classified under the Building Installation Work industry category. This contract involves the upgrade and replacement of the heating systems across the entire estate, inclusive of external and internal installations, fire safety measures, and asbestos management. Key dates include the expression of interest deadline on 22nd October 2025, with the award period concluding by 2nd July 2026. The procurement is in the tender stage and utilises a competitive flexible procedure under a selective method. The location of the works is within the UK region of UKI31, specifically catering to a sub-central government public authority.

This procurement presents significant business growth opportunities, particularly for companies experienced in large-scale estate projects and listed building works. Businesses with expertise in district heating upgrades, residential project management, and stakeholder coordination will find this tender well-suited to their capabilities. The tender process encourages participation from SMEs and requires suppliers to meet economic thresholds, demonstrate technical expertise through past case studies, and align with well-defined quality and social value criteria. The structured multi-stage procurement process, including negotiations, provides a platform for demonstrating competitive advantage and establishing long-term relationships with the London Borough of Camden.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Rowley Way Estate Heating Infrastructure Works

Notice Description

Contract for a works contractor to undertake Better Homes improvement works at Rowley Way Estate. The scheme involves the replacement and upgrade of the entire estate-wide heating system, including: o New external primary distribution pipework o Riser installation and upgrades within blocks o New internal heating systems (radiators and pipework) in both Better Homes and non-Better Homes dwellings o Fire-stopping and compartmentation measures (bespoke solutions as needed) o Validation and delivery of compliant mechanical ventilation (Part F Building Regulations) o Removal and decommissioning of legacy systems o Asbestos surveys and safe removal works associated with heating and riser installations, as required.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059809
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/055581-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45300000 - Building installation work

Notice Value(s)

Tender Value
£11,399,999 £10M-£100M
Lots Value
£11,399,999 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Sep 20255 months ago
Submission Deadline
13 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Nov 2026 - 12 Jul 2029 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF CAMDEN
Contact Name
Not specified
Contact Email
roopam.bhachu@camden.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
N1C 4AG
Post Town
North London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI36 Camden
Delivery Location
TLI31 Camden and City of London

Local Authority
Camden
Electoral Ward
King's Cross
Westminster Constituency
Holborn and St Pancras

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-059809-2025-09-10T17:00:58+01:00",
    "date": "2025-09-10T17:00:58+01:00",
    "ocid": "ocds-h6vhtk-059809",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PZXL-5842-VBBG",
            "name": "London Borough of Camden",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZXL-5842-VBBG"
            },
            "address": {
                "streetAddress": "London Borough of Camden",
                "locality": "London",
                "postalCode": "N1C 4AG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "roopam.bhachu@camden.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.camden.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PZXL-5842-VBBG",
        "name": "London Borough of Camden"
    },
    "planning": {
        "noEngagementNoticeRationale": "The scope of the market is big enough for preliminary market engagement to not be required."
    },
    "tender": {
        "id": "ProContract ID: DN784811",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Rowley Way Estate Heating Infrastructure Works",
        "description": "Contract for a works contractor to undertake Better Homes improvement works at Rowley Way Estate. The scheme involves the replacement and upgrade of the entire estate-wide heating system, including: o New external primary distribution pipework o Riser installation and upgrades within blocks o New internal heating systems (radiators and pipework) in both Better Homes and non-Better Homes dwellings o Fire-stopping and compartmentation measures (bespoke solutions as needed) o Validation and delivery of compliant mechanical ventilation (Part F Building Regulations) o Removal and decommissioning of legacy systems o Asbestos surveys and safe removal works associated with heating and riser installations, as required.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 13680000,
            "amount": 11399999,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "3.4. The process will include up to four stages as follows: 3.4.1. Stage 1 - Invitation to Participate Questionnaire (ITPQ) with Conditions of Participation This stage follows the process set out in this document and the process set out in Section 11. 3.4.2. Stage 2 - Initial Tender Submission Offer (ITSO) The Initial Tender Submission Offer (ITSO) requires tenderers to complete the tender response documents for the Quality Award Criteria and Pricing Schedule. The ITSO must be capable of being accepted without further negotiation. If deemed applicable and capable of being accepted, the Authority may choose not to proceed with further negotiations and award immediately to a Tenderer based on the Most Advantageous Tender (MAT) criteria 3.4.3. Stage 3 - Invitation to Participate in Negotiation (ITPN) Based on the evaluation of Stage 2 and if a contract is not awarded, Tenderers may be shortlisted by the Authority and invited for further negotiation/dialogue. The purpose of the negotiations will be to consider the ITSO responses submitted by the Tenderers with a view to improving the content of the Final Tender. Points of clarification provided by the Authority during the negotiation will be shared with all Tenderers on an anonymous basis with the exception of commercially sensitive information which will not be shared. Tenderers may be asked to submit revised versions of responses to questions following the negotiation phase. Interim submissions will not be evaluated by the Authority but are intended to form the basis of further negotiations with the Tenderers if required 3.4.4. Stage 4 - Final Tender Once the Authority is satisfied with the negotiated terms with Tenderers within the ITPN stage, the remaining shortlisted Tenderers will be asked to submit their Final Tenders, which must be capable of acceptance. The Final Tenders will incorporate any changes and/or improvements as a result of the negotiation stage. The Authority reserves the right to reject a Final Tender that: * Is dependent on a topic being the subject of negotiation (for example is incomplete or marked 'for discussion'); or * Is incomplete and fails to include any specific proposals or responses; or * Moves away from pricing provided in the Initial Tender or improved pricing settled in negotiation stage (moves away in this context means 'worsens' - i.e. it is open to Tenderers to submit improved positions or more economically advantageous tenders in the Final Tender) * Moves away in a Final Tender from a proposal discussed and settled in negotiation stage (moves away in this context means 'worsens' - i.e. it is open to Tenderers to submit improved positions or more economically advantageous tenders in the Final Tender)."
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "http://procontract.due-north.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-10-22T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-10-13T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-02T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 13680000,
                    "amount": 11399999,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Includes 10% social value",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The Authority has set a minimum turnover requirement for this project which has been set as PS5,700,000 (based on 1.5x the annual contract value) with a current ratio of at least 0.6 for either of the candidate's 2 most recent financial years. For financial assessment the Authority will utilise financial assessment techniques in line with Cabinet Office information note PPN 02/13. Acceptance of Contract Conditions and LBC Schedule of Amendments to JCT Standard Building Contract without Quantities 2016."
                        },
                        {
                            "type": "technical",
                            "description": "Case Studies Could you please provide three case studies where your company acted as the main contractor? At least two of these projects must demonstrate undertaking replacement and upgrade of heating infrastructure works (Estate-wide and internal M&E works) at a Grade II Listed building. Each project must be comparable to the Rowley Way Estate Better Homes Internal Refurbishment Works in terms of: * Scale (large residential estate, approx. 500 occupied dwellings, with ancillary buildings) * Value (PS11.4m) * Location (Grade II Listed Building - for at least two projects) For each case study, provide the following project details: * Project title * Project address * Full name and registered address of the Employer * Employer contact details (name, role, organisation, email, and phone number - references may be taken up) * Form of Contract used (e.g., JCT D&B, JCT SBC, NEC ECC, etc.) * Contract start and completion dates * Contract Sum at award * Delay/Liquidated Damages - whether any were deducted and total value * Health and Safety - number of RIDDOR reportable incidents and near misses * Disputes - whether any arose, how they were resolved (e.g., through adjudication, mediation, or other). For each case study, you must also address the following qualitative evaluation criteria: Assessment Criteria (Total: 100%) 1. Project Delivery (50%) Demonstrate your experience of delivering district heating upgrades within occupied residential blocks, particularly on conservation or listed estates. Your experience must include: * How you managed the overall project of replacing and upgrading an entire estate-wide heating system for Better Homes and non-Better Homes dwellings * How you managed access constraints and overcame any issues, with particular reference to access refusals or no-access properties * How you managed your approach to resident communication, liaison, and minimising disruption in a live estate setting * How you managed engagement with key stakeholders (including the client team, local authority, consultants, and neighbours and any others) throughout the contract period * How you managed phasing of the works. 2. Coordination of Works (10%) Explain how you approached coordination of intrusive heating works with other contractors carrying out window and internal refurbishment works. How were the works sequenced to minimise return visits and protect finished areas. 3. Quality Assurance (20%) Explain the quality assurance process used to ensure the heating systems installed were to the specification and fully commissioned before handover. Your response should include how you demonstrated compliance with BSR expectations on record keeping and verification. 4. Resident Engagement (20%) Explain how you communicated with residents about heating shutdowns, works inside homes and post-installation support. Your response should include examples of your standard communication packs, FAQs or resident guidance issued for the case study projects."
                        },
                        {
                            "description": "Set out in the tender documentation.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-11-01T00:00:00+00:00",
                    "endDate": "2029-07-12T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "055581-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/055581-2025",
                "datePublished": "2025-09-10T17:00:58+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}