Section one: Contracting authority
one.1) Name and addresses
Croydon Council
Bernard Weatherill House, 8 Mint Walk
Croydon
CR0 1EA
Contact
Mr Matthew Devan
Telephone
+44 2087266000
Country
United Kingdom
NUTS code
UKI62 - Croydon
Internet address(es)
Main address
Buyer's address
one.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
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
Housing Responsive Repairs and Voids
Reference number
DN619329
two.1.2) Main CPV code
- 45453000 - Overhaul and refurbishment work
two.1.3) Type of contract
Works
two.1.4) Short description
The Council is procuring two new contracts (the "Contracts") to replace its existing responsive repairs contractor, with the new Contracts expected to commence August 2023. To mitigate the risk of appointing a single provider and to attract local and SME contractors the Council is letting
this contract via 2 lots by geographical area as follows:
• Lot 1 Responsive repairs excluding gas -approximately 70% of stock
• Lot 2 Responsive repairs excluding gas - approximately 30% of stock
A map showing the geographical split of Lots 1 and Lot 2 can be found in the procurement documents.
The work is for responsive repairs and voids property works to Croydon Council housing. It
includes other maintenance and general building works which are not part of a planned
programme which may include property remodelling, aids and adaptations, kitchens and
bathrooms and similar works in relation to individual or small groups of properties on a
responsive basis. In addition planned works may be instructed based upon performance in
delivery of repairs and voids works.
The Works and Services above will be supported by the Contractors Information and
Communications Technology (ICT) systems, architecture, and processes to manage, coordinate
and deliver the services as well as interface with the Council’s financial and Housing
Management systems.
The properties covered by the Contracts currently consist of approximately 16,912 units
comprising ‘Housing Revenue Account’ (HRA) housing stock, leased properties (Croylease)
and ‘General Fund’ (GF) housing.
The Contracts excludes Gas related services, which are being procured separately with a FTS
notice due out end of July 2022.
two.1.5) Estimated total value
Value excluding VAT: £221,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45300000 - Building installation work
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 51000000 - Installation services (except software)
- 79500000 - Office-support services
two.2.3) Place of performance
NUTS codes
- UKI62 - Croydon
two.2.4) Description of the procurement
The Council is procuring the Contracts to replace its existing responsive repairs contractor, with the new Contracts expected to commence in August 2023. To mitigate against the risk of appointing a single provider and to attract local and SME contractors the Council is letting the Contracts via two lots by geographical area. This Lot (Lot 1) covers Area 1 and equates to approximately 70% of stock. A map showing the geographical location of Lot 1 can be found in the procurement documents.
The work is for responsive repairs and voids property works to Croydon Council housing. It
includes other maintenance and general building works which are not part of a planned
programme which may include property remodelling, aids and adaptations, kitchens and
bathrooms and similar works in relation to individual or small groups of properties on a
responsive basis. In addition planned works may be instructed based upon performance in
delivery of repairs and voids works.
The Works and Services above will be supported by the Contractors Information and
Communications Technology (ICT) systems, architecture, and processes to manage, coordinate
and deliver the services as well as interface with the Council’s financial and Housing
Management systems.
The properties covered by the Contract currently consist of approximately 11,838 units
comprising ‘Housing Revenue Account’ (HRA) housing stock, leased properties (Croylease)
and ‘General Fund’ (GF) housing.
This contract excludes Gas related services, which are being procured separately with a FTS
notice due out end of July 2022.
The Lot 1 Contract will be let for a duration of 10 years and 8 months with a ‘break option’ after 6
years and 8 months. In addition, there will be a no-fault termination clause.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £154,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
128
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Out of the total contract value of Lot 1 £45m has been allocated for optional planned Capital
works. The Council reserves the right to take up this optional work at any
point during the contract period, or not to take up the option at all.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Council is using the London Tenders portal to conduct this exercise, which can be
accessed using this link https://www.londontenders.org/
The use of this system allows a full audit trail of communication with providers to ensure fair
treatment as well as to maintain full confidentiality. If you require assistance in using the
London Tenders portal please contact their Support Helpdesk by email ProContractTenderers@proactis.com for all support issues. This will auto-log a support ticket. On logging a ticket, if you have not already logged one before, you will be issued with a registration email that will give you instructions to allow you to log in, log, review and update your own tickets. In emergency situations you can contact their Support Service Desk on +44 (0)20 7539 2828. Please note the Support Service Desk will not be able to answer any market test specific enquiries.
two.2) Description
two.2.1) Title
Lot 2
Lot No
2
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45300000 - Building installation work
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 79500000 - Office-support services
two.2.3) Place of performance
NUTS codes
- UKI62 - Croydon
two.2.4) Description of the procurement
The Council is procuring the Contracts to replace its existing responsive repairs contractor, with the new Contracts expected to commence in August 2023. To mitigate against the risk of appointing a single provider and to attract local and SME contractors the Council is letting the Contracts via two lots by geographical area. This Lot (Lot 2) covers Area 2 and equates to approximately 30% of stock. A map showing the geographical location of Lot 2 can be found in the procurement documents.
The work is for responsive repairs and voids property works to Croydon Council housing. It
includes other maintenance and general building works which are not part of a planned
programme which may include property remodelling, aids and adaptations, kitchens and
bathrooms and similar works in relation to individual or small groups of properties on a
responsive basis. In addition planned works may be instructed based upon performance in
delivery of repairs and voids works.
The Works and Services above will be supported by the Contractors Information and
Communications Technology (ICT) systems, architecture, and processes to manage, coordinate
and deliver the services as well as interface with the Council’s financial and Housing
Management systems.
The properties covered by the Contract currently consist of approximately 5074 units
comprising ‘Housing Revenue Account’ (HRA) housing stock, leased properties (Croylease)
and ‘General Fund’ (GF) housing.
This contract excludes Gas related services, which are being procured separately with a FTS
notice due out end of July 2022.
The Lot 2 Contract will be let for a duration of 10 years and 8 months with a ‘break option’ after 6
years and 8 months. In addition, there will be a no-fault termination clause.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £66,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
128
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Out of the total contract value for Lot 2 £19.0m has been allocated for optional planned Capital
works. The Council reserves the right to take up this optional work at any point during the contract period, or not to take up the option at all.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Council is using the London Tenders portal to conduct this exercise, which can be
accessed using this link https://www.londontenders.org/
The use of this system allows a full audit trail of communication with providers to ensure fair
treatment as well as to maintain full confidentiality. If you require assistance in using the
London Tenders portal please contact their Support Helpdesk by email ProContractTenderers@proactis.com for all support issues. This will auto-log a support ticket. On logging a ticket, if you have not already logged one before, you will be issued with a registration email that will give you instructions to allow you to log in, log, review and update your own tickets. In emergency situations you can contact their Support Service Desk on +44 (0)20 7539 2828. Please note the Support Service Desk will not be able to answer any market test specific enquiries.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-007588
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 August 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 August 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Council is using the London Tenders portal to conduct this exercise, which can be
accessed using this link https://www.londontenders.org/
The use of this system allows a full audit trail of communication with providers to ensure fair
treatment as well as to maintain full confidentiality. If you require assistance in using the London Tenders portal please contact their Support Helpdesk by email ProContractTenderers@proactis.com for all support issues. This will auto-log a support ticket. On logging a ticket, if you have not already logged one before, you will be issued with a registration email that will give you instructions to allow you to log in, log, review and update your own tickets. In emergency situations you can contact their
Support Service Desk on +44 (0)20 7539 2828. Please note the Support Service Desk will
not be able to answer any market test specific enquiries.
The Council reserves the right, subject to the provisions of the Public Contracts Regulations
2015 to change without notice the basis of any part of the procurement process or to cancel
the procurement at any time and not to proceed with the award of any contract at any stage
of the procurement process.
In accordance with the Public Contract Regulations 2015 the Council is permitted to use the
competitive procedure with negotiation as the needs of the contracting authority cannot be
met without adaptation of readily available solutions and the contract cannot be awarded
without prior negotiation because of specific circumstances related to the nature, the
complexity or the legal and financial make-up or because of risks attaching to them.
The Council, as indicated on this notice, reserves the right to award contracts on the basis of
the initial tenders without negotiation.
The Council will be holding a launch day on 18 July between 10:00am- 2pm at LSBU Croydon, Electric House, 3 Wellesley Road, Croydon,CR0 2AG. Whilst bidders are encouraged to attend this event; this is optional and non attendance does not preclude bidders from submitting an Selection Questionnaire. Registration is required for this event, with further details included in the Selection Questionnaire Instructions.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
WC1A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures are as set out in the Public Contract Regulations 2015 and are time
limited. Any proceedings must be brought in the High Court of England and Wales. The Council will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom