Construction Contract Leads
London
Category Works
Type
No. of Lots 1
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04b2a3 |
Common Procurement Vocabulary | Lift installation work |
Procurement Method | Open procedure |
Value | - |
London
Category Works
Type
No. of Lots 1
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04b2a3 |
Common Procurement Vocabulary | Lift installation work |
Procurement Method | Open 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
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