Opportunity

Heating servicing, repair and replacement –Contract

  • Croydon Council

F02: Contract notice

Notice reference: 2022/S 000-021633

Published 5 August 2022, 6:05pm



Section one: Contracting authority

one.1) Name and addresses

Croydon Council

Bernard Weatherill House, 8 Mint Walk

Croydon

CR0 1EA

Contact

Mr Matthew Devan

Email

Matthew.Devan@croydon.gov.uk

Telephone

+44 2087266000

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

http://www.croydon.gov.uk

Buyer's address

http://www.croydon.gov.uk

one.3) Communication

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

www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.londontenders.org

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

Heating servicing, repair and replacement –Contract

Reference number

DN622522

two.1.2) Main CPV code

  • 50720000 - Repair and maintenance services of central heating

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is procuring a new contract to replace its existing gas services contractor and requires a suitable and properly qualified contractor experienced in providing services similar to the services being let under this contract. The new contract is expected to commence in August 2023. The services to be provided under the contract include servicing and responsive maintenance of boilers and similar heat sources, both domestic and communal, and associated distribution systems within occupied and void (empty) properties. In addition, the contract it covers the ad-hoc and planned replacement of domestic boilers and potentially Carbon Reduction innovations to help achieve our target of a 34% reduction in CO2 emissions by 2025 on route to “Net Zero Emission”.

The Services above will be supported by the Contractors Information and Communications Technology (ICT) systems, architecture, and processes to manage, co-ordinate 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 16,912 units comprising ‘Housing Revenue Account’ (HRA) housing stock, leased properties (Croylease) and ‘General Fund’ (GF) housing.

The Contract is for Gas related services only. The general responsive repairs and voids are being procured separately with an FTS notice (CROYD001-DN619329-02180535) issued on 4 July 2022.

The 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. The total maximum contract value is estimated at £41.9 million (excluding VAT).

two.1.5) Estimated total value

Value excluding VAT: £41,900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers
  • 45232141 - Heating works
  • 45259300 - Heating-plant repair and maintenance work
  • 45261215 - Solar panel roof-covering work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 50000000 - Repair and maintenance services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon

two.2.4) Description of the procurement

The Council is procuring a new contract to replace its existing gas services contractor and requires a suitable and properly qualified contractor experienced in providing services similar to the services being let under this contract. The new contract is expected to commence in August 2023. The services to be provided under the contract include servicing and responsive maintenance of boilers and similar heat sources, both domestic and communal, and associated distribution systems within occupied and void (empty) properties. In addition, the contract it covers the ad-hoc and planned replacement of domestic boilers and potentially Carbon Reduction innovations to help achieve our target of a 34% reduction in CO2 emissions by 2025 on route to “Net Zero Emission”.

The Services above will be supported by the Contractors Information and Communications Technology (ICT) systems, architecture, and processes to manage, co-ordinate 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 16,912 units comprising ‘Housing Revenue Account’ (HRA) housing stock, leased properties (Croylease) and ‘General Fund’ (GF) housing.

The Contract is for Gas related services only. The general responsive repairs and voids are being procured separately with an FTS notice (CROYD001-DN619329-02180535) issued on 4 July 2022.

The 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. The total maximum contract value is estimated at £41.9 million (excluding VAT).

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: £41,900,000

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: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

Date

5 September 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

13 October 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.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

London

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