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
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 commenced on 1 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 Contract has been awarded 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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £41,900,000
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 commenced on 1 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 Contract was 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
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
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
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-021633
Section five. Award of contract
Contract 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: 5
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
K&T Heating Services Limited
Crossways Point 15 Victory Way, Crossways Business Park, Kent
Dartford
DA2 6DT
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £41,900,000
Section six. Complementary information
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 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