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