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
Region code
UKI62 - Croydon
Internet address(es)
Main address
Buyer's 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
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, and the new Contracts started 1 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 total maximum contract value is estimated at £221 million (excluding VAT).
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £221,000,000
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
- 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,
and the new Contracts commenced 1st 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.
The Lot 1 Contract is being 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 for Lot 1 is estimated at £125,700,000 (excluding VAT).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
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,
and the new Contracts commenced 1st 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.
The Lot 2 Contract is being 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 for Lot 2 is estimated at £61,300,000 (excluding VAT).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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 000-018212
Section five. Award of contract
Contract No
1
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 August 2023
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Wates Property Services Limited
Wates House, Station Approach, Surrey
Leatherhead
KT22 7SW
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01141788
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £125,700,000
Section five. Award of contract
Contract No
2
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 August 2023
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Mears Limited
1390 Montpellier Court, Gloucester Business Park, Brockworth
Gloucester
GL3 4AH
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02519234
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £61,300,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
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 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