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