Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Heating servicing, repair and replacement –Contract

  • First published: 06 August 2022
  • Last modified: 06 August 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-035987
Published by:
Croydon Council
Authority ID:
AA39314
Publication date:
06 August 2022
Deadline date:
05 September 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Croydon Council

Bernard Weatherill House, 8 Mint Walk

Croydon

CR0 1EA

UK

Contact person: Mr Matthew Devan

Telephone: +44 2087266000

E-mail: Matthew.Devan@croydon.gov.uk

NUTS: UKI62

Internet address(es)

Main address: http://www.croydon.gov.uk

Address of the buyer profile: http://www.croydon.gov.uk

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

www.londontenders.org


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Heating servicing, repair and replacement –Contract

Reference number: DN622522

II.1.2) Main CPV code

50720000

 

II.1.3) Type of contract

Services

II.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).

II.1.5) Estimated total value

Value excluding VAT: 41 900 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

39715000

42510000

44600000

45232141

45259300

45261215

45315000

45330000

45331000

50000000

79000000

II.2.3) Place of performance

NUTS code:

UKI62

II.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).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 41 900 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 128

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 05/09/2022

Local time: 12:00

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

Date: 13/10/2022

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC1A 2LL

UK

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC1A 2LL

UK

VI.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

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

05/08/2022

Coding

Commodity categories

ID Title Parent category
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
45315000 Electrical installation work of heating and other electrical building-equipment Electrical installation work
42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery Cooling and ventilation equipment
45232141 Heating works Ancillary works for pipelines and cables
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45259300 Heating-plant repair and maintenance work Repair and maintenance of plant
45330000 Plumbing and sanitary works Building installation work
50000000 Repair and maintenance services Other Services
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
44600000 Tanks, reservoirs and containers; central-heating radiators and boilers Construction structures and materials; auxiliary products to construction (except electric apparatus
39715000 Water heaters and heating for buildings; plumbing equipment Electrical domestic appliances

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Matthew.Devan@croydon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.