91ÃÛÌÒÊÓÆµ

Construction Tenders

06 May 2025

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 1

Status Active

Published 19th Feb 2025

Tender Details
Referenceocds-h6vhtk-04b2a3
Common Procurement VocabularyLift installation work
Procurement MethodOpen procedure
Value-
« Previous Page

London

Category Works

Type

No. of Lots 1

Status Active

Published 19th Feb 2025

Tender Details
Referenceocds-h6vhtk-04b2a3
Common Procurement VocabularyLift installation work
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

London Borough of Hackney

Hackney Service Centre, 1 Hillman Street

Hackney

E8 1DY

Contact

LBH Jaime Treeby

Email

Jaime.Treeby [at] hackney.gov.uk

Telephone

+44 2083563000

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

Buyer's address

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DN731976 Lift Modernisation Framework Agreement

Reference number

DN731976

II.1.2) Main CPV code

  • 45313100 - Lift installation work

II.1.3) Type of contract

Works

II.1.4) Short description

Hackney Council Seek to establish a Lift Modernisation Framework of experienced and competent Lift Contractors.

The purpose of this framework is to deliver annual programmes of work to renew a number of our lifts that are in need of modernisation, by appointing up to three (3) lift contractors to work simultaneously across all regions of Hackney and Hackneys housing stock. The aim is to reduce future maintenance cost and breakdowns and as well as aid in improving the quality of our lift service for our residents and tenants.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham

II.2.4) Description of the procurement

Hackney Council Seek to establish a Lift Modernisation Framework of experienced and competent Lift Contractors.

The purpose of this framework is to deliver annual programmes of work to renew a number of our lifts that are in need of modernisation, by appointing up to three (3) lift contractors to work simultaneously across all regions of Hackney and Hackneys housing stock. The aim is to reduce future maintenance cost and breakdowns and as well as aid in improving the quality of our lift service for our residents and tenants.

Hackney have in excess of 600 lifts within its housing stock. A total of 39 priority lifts have already been identified for renewal. In order to improve the overall percentage of modernisation across the stock, these first 39 lifts form a programme of work that has been included as part of the tender process. Potential bidders will be required to price up a programme that include these 39 priority lifts, as part of their tender commercial submission.

The 39 lifts will be split into 3 programmes of work. Each Bidder appointed to the Framework will be awarded one Year 1 Programme of work in order to front load the programme and commence work on site as quickly as possible. The top three scoring Bidders in the tender process will be appointed to the Framework. Following further evaluation of individual programme costs and quality scores, each Framework Contractor will then be awarded a programme of work.

Each contractor appointed to the framework will be allocated a programme of between 11 - 15 lifts for refurbishment, which will effectively form the first 12 month programme of work. Each programme of work will cover all regions and wards across Hackney. Future works programmes will be awarded based on individual contractors' overall performance, initially based on delivery during the first 9 months.

In addition to the Housing Lift stock, this framework may also include ad hoc lift modernisation and renewal work from other departments across Hackney Council, for example corporate and education buildings.The framework would also allow provision for mini competition if required.

The framework will have provision for both direct award and mini competition.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60%

II.2.6) Estimated value

Value excluding VAT: £28,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement term will be for an initial two year period, with two options to extend for twelve months. Any extension is at the sole discretion of Hackney Council.

II.2.13) Information about European Union Funds

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Hackney Council requires experienced and competent lift contractors to be appointed to the Framework. Therefore all Bidders must be a member of a recognised lift industry association such as LEIA (Lift Engineering Industry Association).

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-035197

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

3 April 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 90 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

3 April 2025

Local time

1:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Hackney Council

Hackney

Country

United Kingdom