Notice Information
Notice Title
Housing Responsive Repairs and Voids
Notice 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 PS221 million (excluding VAT).
Lot Information
Lot 1
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 PS125,700,000 (excluding VAT).
Options: Out of the total contract value of Lot 1 PS45m 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.
Lot 2The 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 PS61,300,000 (excluding VAT).
Options: Out of the total contract value for Lot 2 PS19.0m 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03243e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/024094-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
45210000 - Building construction work
45300000 - Building installation work
45453000 - Overhaul and refurbishment work
50000000 - Repair and maintenance services
51000000 - Installation services (except software)
79500000 - Office-support services
Notice Value(s)
- Tender Value
- £221,000,000 £100M-£1B
- Lots Value
- £221,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £187,000,000 £100M-£1B
Notice Dates
- Publication Date
- 16 Aug 20232 years ago
- Submission Deadline
- 3 Aug 2022Expired
- Future Notice Date
- 17 Jul 2022Expired
- Award Date
- 31 Jul 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CROYDON COUNCIL
- Contact Name
- Mr Matthew Devan
- Contact Email
- matthew.devan@croydon.gov.uk
- Contact Phone
- +44 2087266000
Buyer Location
- Locality
- CROYDON
- Postcode
- CR0 1EA
- Post Town
- Croydon
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI6 Outer London - South
- Small Region (ITL 3)
- TLI62 Croydon
- Delivery Location
- TLI62 Croydon
-
- Local Authority
- Croydon
- Electoral Ward
- Fairfield
- Westminster Constituency
- Croydon West
Further Information
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-h6vhtk-03243e-2023-08-16T17:51:49+01:00",
"date": "2023-08-16T17:51:49+01:00",
"ocid": "ocds-h6vhtk-03243e",
"description": "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. The Council reserves the right, subject to the provisions of the Public Contracts Regulations 2015 to change without notice the basis of any part of the procurement process or to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process. In accordance with the Public Contract Regulations 2015 the Council is permitted to use the competitive procedure with negotiation as the needs of the contracting authority cannot be met without adaptation of readily available solutions and the contract cannot be awarded without prior negotiation because of specific circumstances related to the nature, the complexity or the legal and financial make-up or because of risks attaching to them. The Council, as indicated on this notice, reserves the right to award contracts on the basis of the initial tenders without negotiation. The Council will be holding a launch day on 18 July between 10:00am- 2pm at LSBU Croydon, Electric House, 3 Wellesley Road, Croydon,CR0 2AG. Whilst bidders are encouraged to attend this event; this is optional and non attendance does not preclude bidders from submitting an Selection Questionnaire. Registration is required for this event, with further details included in the Selection Questionnaire Instructions.",
"initiationType": "tender",
"tender": {
"id": "DN619329",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Housing Responsive Repairs and Voids",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45453000",
"description": "Overhaul and refurbishment work"
},
"mainProcurementCategory": "works",
"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 PS221 million (excluding VAT).",
"value": {
"amount": 221000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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 PS125,700,000 (excluding VAT).",
"status": "cancelled",
"value": {
"amount": 154700000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3840
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Out of the total contract value of Lot 1 PS45m 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."
},
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
},
{
"id": "2",
"title": "Lot 2",
"description": "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 PS61,300,000 (excluding VAT).",
"value": {
"amount": 66300000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3840
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Out of the total contract value for Lot 2 PS19.0m 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."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "79500000",
"description": "Office-support services"
}
],
"deliveryAddresses": [
{
"region": "UKI62"
},
{
"region": "UKI62"
},
{
"region": "UKI62"
}
],
"deliveryLocation": {
"description": "London Borough of Croydon"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "79500000",
"description": "Office-support services"
}
],
"deliveryAddresses": [
{
"region": "UKI62"
},
{
"region": "UKI62"
}
],
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2022-07-18T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.londontenders.org",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2022-08-30T00:00:00+01:00"
},
"tenderPeriod": {
"endDate": "2022-08-03T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": false,
"reviewDetails": "Review procedures are as set out in the Public Contracts Regulations 2015"
},
"parties": [
{
"id": "GB-FTS-1267",
"name": "Croydon Council",
"identifier": {
"legalName": "Croydon Council"
},
"address": {
"streetAddress": "Bernard Weatherill House, 8 Mint Walk",
"locality": "Croydon",
"region": "UKI62",
"postalCode": "CR0 1EA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Matthew Devan",
"telephone": "+44 2087266000",
"email": "Matthew.Devan@croydon.gov.uk",
"url": "http://www.londontenders.org"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.croydon.gov.uk",
"buyerProfile": "http://www.croydon.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-3937",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC1A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-57533",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"locality": "Royal Courts of Justice, The Strand",
"postalCode": "WC1A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-137",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "London",
"postalCode": "SW1A 2AS",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-90385",
"name": "Wates Property Services Limited",
"identifier": {
"legalName": "Wates Property Services Limited",
"id": "01141788"
},
"address": {
"streetAddress": "Wates House, Station Approach, Surrey",
"locality": "Leatherhead",
"region": "UK",
"postalCode": "KT22 7SW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-64635",
"name": "Mears Limited",
"identifier": {
"legalName": "Mears Limited",
"id": "02519234"
},
"address": {
"streetAddress": "1390 Montpellier Court, Gloucester Business Park, Brockworth",
"locality": "Gloucester",
"region": "UK",
"postalCode": "GL3 4AH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-8426",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"locality": "London",
"postalCode": "WC1A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1267",
"name": "Croydon Council"
},
"language": "en",
"awards": [
{
"id": "024094-2023-1-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-90385",
"name": "Wates Property Services Limited"
}
]
},
{
"id": "024094-2023-2-2",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-64635",
"name": "Mears Limited"
}
]
}
],
"contracts": [
{
"id": "024094-2023-1-1",
"awardID": "024094-2023-1-1",
"status": "active",
"value": {
"amount": 125700000,
"currency": "GBP"
},
"dateSigned": "2023-08-01T00:00:00+01:00"
},
{
"id": "024094-2023-2-2",
"awardID": "024094-2023-2-2",
"status": "active",
"value": {
"amount": 61300000,
"currency": "GBP"
},
"dateSigned": "2023-08-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "bids",
"relatedLot": "2",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "smeBids",
"relatedLot": "2",
"value": 0
}
]
}
}