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
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