Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Prior Information Notice

DN731976 Lifts - Capital Framework Agreement

  • First published: 01 November 2024
  • Last modified: 01 November 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04b2a3
Published by:
London Borough of Hackney
Authority ID:
AA20016
Publication date:
01 November 2024
Deadline date:
-
Notice type:
Prior Information Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The purpose of this framework is to appoint at least 3 lift contractors working simultaneously across Hackney housing stock, to renew a number of our lifts that are in dire need of modernisation. This will therefore reduce future maintenance cost and breakdowns and also aid in improving the quality of our lift service.

A total of 39 priority lifts have already been identified for renewal, and in order to improve the overall percentage of modernisation across the stock, these first 39 lifts will form a programme of work that will be included as part of the tender process. Potential bidders will be asked to price up a programme that includes the 39 priority lifts as part of their tender commercial submission for evaluation and appointment to the Framework.

Full notice text

Prior information notice

This notice aims at reducing time limits for receipt of tenders

Section I: Contracting authority

I.1) Name and addresses

London Borough of Hackney

Hackney Service Centre, 1 Hillman Street

Hackney

E8 1DY

UK

Contact person: Denise Hill

Telephone: +44 2083563000

E-mail: Denise.hill@hackney.gov.uk

NUTS: UKI41

Internet address(es)

Main address: http://www.hackney.gov.uk

Address of the buyer profile: http://www.hackney.gov.uk

I.3) Communication

Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Opportunities/Index?resetFilter=True&applyFilter=True&p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DN731976 Lifts - Capital Framework Agreement

Reference number: DN731976

II.1.2) Main CPV code

45313100

 

II.1.3) Type of contract

Works

II.1.4) Short description

The purpose of this framework is to appoint at least 3 lift contractors working simultaneously across Hackney housing stock, to renew a number of our lifts that are in dire need of modernisation. This will therefore reduce future maintenance cost and breakdowns and also aid in improving the quality of our lift service.

A total of 39 priority lifts have already been identified for renewal, and in order to improve the overall percentage of modernisation across the stock, these first 39 lifts will form a programme of work that will be included as part of the tender process. Potential bidders will be asked to price up a programme that includes the 39 priority lifts as part of their tender commercial submission for evaluation and appointment to the Framework.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKI41

II.2.4) Description of the procurement

The framework period is for 4 years, which will include an initial 2 year period with an option to extend for up to two periods of 12 months. This will allow a 2 year period of delivery, with a break option if there are any concerns with delivery. It is proposed to award an annual programme of work of up to 15 lifts to each of the three contractors on award of the Framework Agreement.

Allocation for future programmes of work will be awarded based on framework contractors performance and subsequent KPI scores. The best performing contractor will have the opportunity for more work.

The Framework Agreement will be based on FAC-1 (Framework Alliance Contract 1) terms and conditions. Individual call off contracts for each appointed lift contractor to deliver a programme of work will be PPC2000 form of contract.

Each contractor will be allocated a programme of 13 lifts for renewal on contract award, which will effectively form the first 12 month programme of work for each contractor. Including the initial 12 month programme costs as part of the Framework evaluation process will drive commercial tension to secure a place on the framework, with the aim of securing value for money for the duration of the Framework Agreement. Future works will be awarded based on individual contractors' overall performance during the first 9 months.

Their performance will be monitored via KPIs and resulting aggregate KPI scores, which will also include commercial KPIs. These results would determine how each contractor is allocated any further programmes of work, with an emphasis on awarding the best performance contractors with the opportunity to win a greater amount of work in the form of an opportunity to secure a larger programme and long term pipeline of work.

The allocations of works programmes will be based on the contractors aggregate KPI score rankings. The highest scoring contractor will be ranked 1st, and then 2nd and 3rd accordingly. Each of the three works programmes will be categorised by value and or volume, and urgency of need. The 1st ranked contractor will be awarded the larger programme of work, and the 3rd ranked contractor the smallest programme of work. This will be repeated at annual reviews when KPI scores will be reevaluated and contractors assigned new rankings appropriately. The framework would also allow provision for mini competition if required.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 35

Quality criterion: Social Value / Weighting: 5

Price / Weighting:  60

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.3) Estimated date of publication of contract notice:

31/01/2025

Section IV: Procedure

IV.1) Description

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

London Borough of Hackney

Hackney Service Centre, 1 Hillman Street

Hackney

E8 1DY

UK

VI.5) Date of dispatch of this notice

30/10/2024

Coding

Commodity categories

ID Title Parent category
45313100 Lift installation work Lift and escalator installation work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Denise.hill@hackney.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.