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 Award Notice

Housing Responsive Repairs and Voids

  • First published: 17 August 2023
  • Last modified: 17 August 2023

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-03243e
Published by:
Croydon Council
Authority ID:
AA39314
Publication date:
17 August 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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.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

Housing Responsive Repairs and Voids

Reference number: DN619329

II.1.2) Main CPV code

45453000

 

II.1.3) Type of contract

Works

II.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).

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 221 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.2) Additional CPV code(s)

45210000

45300000

50000000

51000000

79500000

II.2.3) Place of performance

NUTS code:

UKI62

II.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).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.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.

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.2) Additional CPV code(s)

45210000

45300000

50000000

51000000

79500000

II.2.3) Place of performance

NUTS code:

UKI62

II.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).

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.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.

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-018212

Section V: Award of contract

Lot No: 1

Contract No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/08/2023

V.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

V.2.3) Name and address of the contractor

Wates Property Services Limited

01141788

Wates House, Station Approach, Surrey

Leatherhead

KT22 7SW

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 125 700 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/08/2023

V.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

V.2.3) Name and address of the contractor

Mears Limited

02519234

1390 Montpellier Court, Gloucester Business Park, Brockworth

Gloucester

GL3 4AH

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 61 300 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

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 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

16/08/2023

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
51000000 Installation services (except software) Other Services
79500000 Office-support services Business services: law, marketing, consulting, recruitment, printing and security
45453000 Overhaul and refurbishment work Other building completion work
50000000 Repair and maintenance services Other Services

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.