Notice Information
Notice Title
Rowley Way Estate Window Refurbishment Works
Notice Description
Contract for a works contractor to undertake Better Homes window refurbishment works at Rowley Way Estate. The scheme involves full refurbishment of original timber and aluminium windows across the estate, including: o Replacement of single glazing with vacuum double glazing in Douglas Fir frames o Timber repairs using matched profiles and approved materials o Refurbishment of ironmongery, draught seals, and running gear o Installation of proprietary secondary glazing in select areas o Repairs or upgrades to plywood panels and louvres o Internal and external joinery decorations in accordance with heritage guidelines o Coordination with heating strategy (e.g. trench heaters and thermal upgrades) o Asbestos survey and removal works relating to window surrounds, sills, or soffits as required.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-059811
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/055590-2025
- 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
45421132 - Installation of windows
Notice Value(s)
- Tender Value
- £8,000,000 £1M-£10M
- Lots Value
- £8,000,000 £1M-£10M
- 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 - 28 Feb 2029 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/055590-2025
10th September 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-059811-2025-09-10T17:11:15+01:00",
"date": "2025-09-10T17:11:15+01:00",
"ocid": "ocds-h6vhtk-059811",
"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: DN784812",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Rowley Way Estate Window Refurbishment Works",
"description": "Contract for a works contractor to undertake Better Homes window refurbishment works at Rowley Way Estate. The scheme involves full refurbishment of original timber and aluminium windows across the estate, including: o Replacement of single glazing with vacuum double glazing in Douglas Fir frames o Timber repairs using matched profiles and approved materials o Refurbishment of ironmongery, draught seals, and running gear o Installation of proprietary secondary glazing in select areas o Repairs or upgrades to plywood panels and louvres o Internal and external joinery decorations in accordance with heritage guidelines o Coordination with heating strategy (e.g. trench heaters and thermal upgrades) o Asbestos survey and removal works relating to window surrounds, sills, or soffits as required.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45421132",
"description": "Installation of windows"
}
],
"deliveryAddresses": [
{
"region": "UKI31",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 9600000,
"amount": 8000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The process will include up to four stages as follows: 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. 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 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 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": 9600000,
"amount": 8000000,
"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": 4
},
"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": "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.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-11-01T00:00:00+00:00",
"endDate": "2029-02-28T23:59:59+00:00"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "055590-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/055590-2025",
"datePublished": "2025-09-10T17:11:15+01:00",
"format": "text/html"
}
]
},
"language": "en"
}