Notice Information
Notice Title
Luton Council FTS Open Tender Framework procurement for Mechanical Services Support: Domestic Gas Servicing and Associated Work, Domestic Boiler Replacement and Associated Work, Communal Boiler Servicing; Maintenance and Mechanical, Water Treatment Services and Associated Works.
Notice Description
o be able to bid for this tender opportunity suppliers MUST first seek registration on the ProContract Proactis Due North e commerce platform (which is free to all suppliers) https://procontract.due-north.com The purpose of this tender is to set up a frame work of suppliers for its Mechanical and Electrical Services / applicable to various residential and commercial installations, with a view to awarding a primary (preferred) provider for each lot (1 -3) and up to 8 x (times) ranked contingent suppliers in support of each Lot. With the exception of Lot 4 which will have a preferred provider and 1 contingent. The Lots remain: LOT 1 - DOMESTIC GAS SERVICING AND MAINTENANCE AND ASSOCIATED WORKS LOT 2 - DOMESTIC BOILER REPLACEMENT LOT 3 - COMMUNAL BOILER SERVICING, INSTALLATION AND ASSOCIATED WORKS LOT 4 - WATER TREATMENT SERVICES AND ASSOCIATED WORKS All quantities and indicated spend in pricing document are annual indicative quantities and spend based upon the previous 3 years. The Councils financial year runs from April to March, with an exemption period from April till the 1st October 2022. Some work has already have been ordered for the 2022-23 program so volumes will be lower this year. There are also no guaranteed volumes for all requirements on this contract at any time. In addition to the standard Lots detailed within this tender, there may also be the requirement for ad-hoc projects to be completed. It is the council's intention to utilise all winning providers (Primary and contingent for each lot) for further competition / mini bid competitions in this instance. The winner ranked 1 (preferred or primary) provider of each lot will be the call off contractor for all reactive and associated projects for that lot, in the instance where so many contingents could be utilised, in its evaluation of bids the Council reserves the right to limit the awards at a bid step. Social value with less than a minimum score of 3 will be excluded from the award ranking calculation. Where the primary provider does not have capacity or ability to complete the works, the council will call on the remaining contingent providers for that specific lot, in order of award, to complete the works required. Where the primary provider continues to decline work offered then after 3 declines they will get down ranked to position 3. When larger projects (above PS75k) are required a minimum of three providers /contractors will be asked to tender as a mini bid for that specific project. The volume of work awarded to any contractor cannot be guaranteed at any stage of the contract as this will depend on the availability of BTS Services existing labour and available budgets to fund each required work stream. BTS (Client Division) manages the call -off work, and offer of any requirements in the first instances to BTS (Services Division) There is the opportunity for bidders to bid on one or all Lots within this tender and will be awarded based on the
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-98689c2e-603f-447c-8de4-d0cfa3c98cb6
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/e25c91f7-7b88-4da4-966a-8aaeda206aea
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
45232141 - Heating works
45232430 - Water-treatment work
45331110 - Boiler installation work
50531200 - Gas appliance maintenance services
Notice Value(s)
- Tender Value
- £14,600,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- £14,600,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Jan 20261 months ago
- Submission Deadline
- 20 Mar 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 30 Mar 20232 years ago
- Contract Period
- 30 Apr 2023 - 4 Apr 2027 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LUTON BOROUGH COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LUTON
- Postcode
- LU1 2BQ
- Post Town
- Luton
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH2 Bedfordshire and Hertfordshire
- Small Region (ITL 3)
- TLH21 Luton
- Delivery Location
- Not specified
-
- Local Authority
- Luton
- Electoral Ward
- Central
- Westminster Constituency
- Luton South and South Bedfordshire
Supplier Information
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/e25c91f7-7b88-4da4-966a-8aaeda206aea
13th January 2026 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/abdce0d9-6da6-4adf-81b6-2f343e90eff5
16th February 2023 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-98689c2e-603f-447c-8de4-d0cfa3c98cb6-2026-01-13T09:30:02Z",
"date": "2026-01-13T09:30:02Z",
"ocid": "ocds-b5fd17-98689c2e-603f-447c-8de4-d0cfa3c98cb6",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "LUTON001-DN656412-81760725",
"title": "Luton Council FTS Open Tender Framework procurement for Mechanical Services Support: Domestic Gas Servicing and Associated Work, Domestic Boiler Replacement and Associated Work, Communal Boiler Servicing; Maintenance and Mechanical, Water Treatment Services and Associated Works.",
"description": "o be able to bid for this tender opportunity suppliers MUST first seek registration on the ProContract Proactis Due North e commerce platform (which is free to all suppliers) https://procontract.due-north.com The purpose of this tender is to set up a frame work of suppliers for its Mechanical and Electrical Services / applicable to various residential and commercial installations, with a view to awarding a primary (preferred) provider for each lot (1 -3) and up to 8 x (times) ranked contingent suppliers in support of each Lot. With the exception of Lot 4 which will have a preferred provider and 1 contingent. The Lots remain: LOT 1 - DOMESTIC GAS SERVICING AND MAINTENANCE AND ASSOCIATED WORKS LOT 2 - DOMESTIC BOILER REPLACEMENT LOT 3 - COMMUNAL BOILER SERVICING, INSTALLATION AND ASSOCIATED WORKS LOT 4 - WATER TREATMENT SERVICES AND ASSOCIATED WORKS All quantities and indicated spend in pricing document are annual indicative quantities and spend based upon the previous 3 years. The Councils financial year runs from April to March, with an exemption period from April till the 1st October 2022. Some work has already have been ordered for the 2022-23 program so volumes will be lower this year. There are also no guaranteed volumes for all requirements on this contract at any time. In addition to the standard Lots detailed within this tender, there may also be the requirement for ad-hoc projects to be completed. It is the council's intention to utilise all winning providers (Primary and contingent for each lot) for further competition / mini bid competitions in this instance. The winner ranked 1 (preferred or primary) provider of each lot will be the call off contractor for all reactive and associated projects for that lot, in the instance where so many contingents could be utilised, in its evaluation of bids the Council reserves the right to limit the awards at a bid step. Social value with less than a minimum score of 3 will be excluded from the award ranking calculation. Where the primary provider does not have capacity or ability to complete the works, the council will call on the remaining contingent providers for that specific lot, in order of award, to complete the works required. Where the primary provider continues to decline work offered then after 3 declines they will get down ranked to position 3. When larger projects (above PS75k) are required a minimum of three providers /contractors will be asked to tender as a mini bid for that specific project. The volume of work awarded to any contractor cannot be guaranteed at any stage of the contract as this will depend on the availability of BTS Services existing labour and available budgets to fund each required work stream. BTS (Client Division) manages the call -off work, and offer of any requirements in the first instances to BTS (Services Division) There is the opportunity for bidders to bid on one or all Lots within this tender and will be awarded based on the",
"datePublished": "2023-02-16T14:41:11Z",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45232141",
"description": "Heating works"
},
"additionalClassifications": [
{
"id": "45232430",
"scheme": "CPV",
"description": "Water-treatment work"
},
{
"id": "45331110",
"scheme": "CPV",
"description": "Boiler installation work"
},
{
"id": "50531200",
"scheme": "CPV",
"description": "Gas appliance maintenance services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "LU12BQ"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"postalCode": "LU12BQ"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 14600000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2023-03-20T17:00:00Z"
},
"contractPeriod": {
"startDate": "2023-04-01T00:00:00+01:00",
"endDate": "2027-03-31T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/abdce0d9-6da6-4adf-81b6-2f343e90eff5",
"datePublished": "2023-02-16T14:41:11Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-203264",
"name": "Luton Borough Council",
"identifier": {
"legalName": "Luton Borough Council"
},
"address": {
"streetAddress": "George Street, George Street",
"locality": "Luton",
"postalCode": "LU1 2BQ",
"countryName": "England"
},
"contactPoint": {
"name": "Christopher Newman",
"email": "christopher.newman@luton.gov.uk",
"telephone": "+44 1582547058"
},
"details": {
"url": "http://www.luton.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-31790",
"name": "CME Heating Ltd",
"identifier": {
"legalName": "CME Heating Ltd"
},
"address": {
"streetAddress": "LU1 3NS"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-329771",
"name": "Gem Environmental Building Services",
"identifier": {
"legalName": "Gem Environmental Building Services"
},
"address": {
"streetAddress": "NW5 2RZ"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-256288",
"name": "Heattreat Ltd",
"identifier": {
"legalName": "Heattreat Ltd"
},
"address": {
"streetAddress": "LU6 3QJ"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-329772",
"name": "Helmore Industrial Water Treatment",
"identifier": {
"legalName": "Helmore Industrial Water Treatment"
},
"address": {
"streetAddress": "SG7 6HP"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-128107",
"name": "Oakray Ltd",
"identifier": {
"legalName": "Oakray Ltd"
},
"address": {
"streetAddress": "EN2 9DY"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-329773",
"name": "Orion Building Engineering Services Ltd",
"identifier": {
"legalName": "Orion Building Engineering Services Ltd"
},
"address": {
"streetAddress": "HP2 7TE"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-81893",
"name": "SDG Electrical & Mechanical Engineering Ltd",
"identifier": {
"legalName": "SDG Electrical & Mechanical Engineering Ltd"
},
"address": {
"streetAddress": "MK41 OEH"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-313052",
"name": "Sureserve Compliance Central",
"identifier": {
"legalName": "Sureserve Compliance Central"
},
"address": {
"streetAddress": "IP14 1WF"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-152802",
"name": "TSG Building Services plc",
"identifier": {
"legalName": "TSG Building Services plc"
},
"address": {
"streetAddress": "EN6 3JN"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-276316",
"name": "West Coast MEP Ltd",
"identifier": {
"legalName": "West Coast MEP Ltd"
},
"address": {
"streetAddress": "LU4 8EF"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-203264",
"name": "Luton Borough Council"
},
"awards": [
{
"id": "ocds-b5fd17-98689c2e-603f-447c-8de4-d0cfa3c98cb6-1",
"status": "active",
"date": "2023-03-31T00:00:00+01:00",
"datePublished": "2026-01-13T09:30:01Z",
"value": {
"amount": 14600000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-31790",
"name": "CME Heating Ltd"
},
{
"id": "GB-CFS-329771",
"name": "Gem Environmental Building Services"
},
{
"id": "GB-CFS-256288",
"name": "Heattreat Ltd"
},
{
"id": "GB-CFS-329772",
"name": "Helmore Industrial Water Treatment"
},
{
"id": "GB-CFS-128107",
"name": "Oakray Ltd"
},
{
"id": "GB-CFS-329773",
"name": "Orion Building Engineering Services Ltd"
},
{
"id": "GB-CFS-81893",
"name": "SDG Electrical & Mechanical Engineering Ltd"
},
{
"id": "GB-CFS-313052",
"name": "Sureserve Compliance Central"
},
{
"id": "GB-CFS-152802",
"name": "TSG Building Services plc"
},
{
"id": "GB-CFS-276316",
"name": "West Coast MEP Ltd"
}
],
"contractPeriod": {
"startDate": "2023-05-01T00:00:00+01:00",
"endDate": "2027-04-04T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/e25c91f7-7b88-4da4-966a-8aaeda206aea",
"datePublished": "2026-01-13T09:30:01Z",
"format": "text/html",
"language": "en"
}
]
}
]
}