Future opportunity

Capital Works Framework

  • London Borough of Hackney

F01: Prior information notice (prior information only)

Notice reference: 2021/S 000-031556

Published 17 December 2021, 10:16am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hackney

Hackney Service Centre, 1 Hillman Street

Hackney

E8 1DY

Contact

Mr Aldhun Levitt

Email

Aldhun.Levitt@hackney.gov.uk

Telephone

+44 2083563000

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.hackney.gov.uk

Buyer's address

http://www.hackney.gov.uk

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Capital Works Framework

Reference number

DN588242

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

London Borough of Hackney intends to set up a Framework Agreement to undertake a wide range of capital works projects over the course of the next four years. It is thought that the Framework will contain two lots with 3-4 contractors in each lot. One lot will provide for larger projects with larger contractors whilst the other will provide for smaller projects using smaller contractors.

The Authority is organising a soft market testing 'Bidders Day'. At this event the Authority will outline its plans for this Framework and for the work likely to be undertaken through it. To ensure bidders have all the relevant information we will discuss some of the particular aspects of the opportunity including how the works have been scoped and the value of the individual lots. The commercial model will be demonstrated and timescales on the contract mobilisation discussed, so bidders have clear expectations of the service and the tender process. The Authority is likely to set a series of questions which it would be pleased to hear answers to. Details of how to participate are as set out below.

two.1.5) Estimated total value

Value excluding VAT: £190,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Lot 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham

two.2.4) Description of the procurement

London Borough of Hackney intends to set up a Framework Agreement to undertake a wide range of capital works projects over the course of the next four years. It is thought that the Framework will contain two lots with 3-4 contractors in each lot. One lot will provide for larger projects with larger contractors whilst the other will provide for smaller projects using smaller contractors.

The Framework value is likely to be in the region of £190m and each lot is expected to contain mechanisms for Direct Award and for Mini-Competition. The Framework Agreement will be in the form of the Framework Alliance Contract (FAC) and the Call Off contracts will be PPC2000 form.

Typical work types might be: without limitation, for remedial fire works: installation of new flat front fire doors and/or replacement fire doors to common parts, firefighting equipment including new dry risers, sprinklers, fire detection systems, evacuation systems, smoke control systems, fire engineered solutions, including works to buildings above 18m in height, structural engineered compliance solutions and external façade remediation. Complex structural works, re-modelling works, extensions, including rooftop extensions on existing blocks of flats in occupation, addition or extension of new balconies to existing blocks, major facade works including cavity or external wall insulation, a comprehensive package of works to upgrade the energy performance of each dwelling to either EPC 'C' or 'B', heat pump ready or even working towards net zero follow the PAS 2035 process, associated energy efficiency works to the interior of properties (e.g. new mechanical ventilation and even MVHR systems), works associated with the installation of fossil fuel free heating including air, ground or water source heat pumps, sensitively sited properties including buildings located in conservation areas, on the local or statutory listed buildings, repair or reinstatement following fire or flood damage, roofing, underpinning, brickwork/blockwork, carpentry, window replacement, exterior decoration, internal decoration, plumbing, electrics, glazing, plastering, kitchen replacement, bathroom replacement, damp-proofing, scaffolding, dry rot, replacement of gutters, rainwater goods and drainage to balconies, replacement waste water pipes & below ground drainage (foul/surface water and combined).

two.2.14) Additional information

The Authority is organising a soft market testing 'Bidders Day'. At this event the Authority will outline its plans for this Framework and for the work likely to be undertaken through it. To ensure bidders have all the relevant information we will discuss some of the particular aspects of the opportunity including how the works have been scoped and the value of the individual lots. The commercial model will be demonstrated and timescales on the contract mobilisation discussed, so bidders have clear expectations of the service and the tender process. The Authority is likely to set a series of questions which it would be pleased to hear answers to.

The event will take place on Wednesday the 26th of January 2022 in the Okoruwa Hall, Tomlinson Centre, Queensbridge Rd, London E8 3ND. The event will also be available to attend virtually for those who cannot make it in person. Details for both the in-person and the virtual event will be provided shortly after Christmas.

To attend or to register an interest please contact the Authority via the London Tenders portal at: https://www.londontenders.org/ (Listing No. DN588242)

This tender will be administered via an e-procurement system called Pro Contract. Suppliers must be registered on the system in order to access the documentation or contact the Authority. To register as a supplier on pro contract please visit the London's Tenders Portal at: https://www.londontenders.org/ click on the ‘Suppliers’ Area' link to the left. On the right hand side you will see a green ‘register’ icon, click on this and begin the supplier registration process.

two.2) Description

two.2.1) Title

Lot 2

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham

two.2.4) Description of the procurement

London Borough of Hackney intends to set up a Framework Agreement to undertake a wide range of capital works projects over the course of the next four years. It is thought that the Framework will contain two lots with 3-4 contractors in each lot. One lot will provide for larger projects with larger contractors whilst the other will provide for smaller projects using smaller contractors.

The Framework value is likely to be in the region of £190m and each lot is expected to contain mechanisms for Direct Award and for Mini-Competition. The Framework Agreement will be in the form of the Framework Alliance Contract (FAC) and the Call Off contracts will be PPC2000 form.

Typical work types might be: without limitation, for remedial fire works: installation of new flat front fire doors and/or replacement fire doors to common parts, firefighting equipment including new dry risers, sprinklers, fire detection systems, evacuation systems, smoke control systems, fire engineered solutions, including works to buildings above 18m in height, structural engineered compliance solutions and external façade remediation. Complex structural works, re-modelling works, extensions, including rooftop extensions on existing blocks of flats in occupation, addition or extension of new balconies to existing blocks, major facade works including cavity or external wall insulation, a comprehensive package of works to upgrade the energy performance of each dwelling to either EPC 'C' or 'B', heat pump ready or even working towards net zero follow the PAS 2035 process, associated energy efficiency works to the interior of properties (e.g. new mechanical ventilation and even MVHR systems), works associated with the installation of fossil fuel free heating including air, ground or water source heat pumps, sensitively sited properties including buildings located in conservation areas, on the local or statutory listed buildings, repair or reinstatement following fire or flood damage, roofing, underpinning, brickwork/blockwork, carpentry, window replacement, exterior decoration, internal decoration, plumbing, electrics, glazing, plastering, kitchen replacement, bathroom replacement, damp-proofing, scaffolding, dry rot, replacement of gutters, rainwater goods and drainage to balconies, replacement waste water pipes & below ground drainage (foul/surface water and combined).

two.2.14) Additional information

The Authority is organising a soft market testing 'Bidders Day'. At this event the Authority will outline its plans for this Framework and for the work likely to be undertaken through it. To ensure bidders have all the relevant information we will discuss some of the particular aspects of the opportunity including how the works have been scoped and the value of the individual lots. The commercial model will be demonstrated and timescales on the contract mobilisation discussed, so bidders have clear expectations of the service and the tender process. The Authority is likely to set a series of questions which it would be pleased to hear answers to.

The event will take place on Wednesday the 26th of January 2022 in the Okoruwa Hall, Tomlinson Centre, Queensbridge Rd, London E8 3ND. The event will also be available to attend virtually for those who cannot make it in person. Details for both the in-person and the virtual event will be provided shortly after Christmas.

To attend or to register an interest please contact the Authority via the London Tenders portal at: https://www.londontenders.org/ (Listing No. DN588242)

This tender will be administered via an e-procurement system called Pro Contract. Suppliers must be registered on the system in order to access the documentation or contact the Authority. To register as a supplier on pro contract please visit the London's Tenders Portal at: https://www.londontenders.org/ click on the ‘Suppliers’ Area' link to the left. On the right hand side you will see a green ‘register’ icon, click on this and begin the supplier registration process.

two.3) Estimated date of publication of contract notice

21 March 2022


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes