Capital Works Framework

A Prior Information Notice
by LONDON BOROUGH OF HACKNEY

Source
Find a Tender
Type
Contract (Works)
Duration
not specified
Value
£-£190M
Sector
CONSTRUCTION
Published
17 Dec 2021
Delivery
not specified
Deadline
n/a

Concepts

Location

Geochart for 1 buyers and 0 suppliers

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. 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). 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.

Lot Division

1 Lot 1
2 Lot 2

CPV Codes

  • 45000000 - Construction work

Other Information

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. ** PREVIEW NOTICE, please check Find a Tender for full details. **

Reference

Domains