- Scope of the procurement
- Lot Area 1 - 1A - North West 1B - Cumbria. Responsive Repairs and Planned Investment works
- LOT 3 (Area) Yorkshire & Lincolnshire. Responsive Repairs and Planned Investment works
- LOT 4 West Midlands. Responsive Repairs & Planned Works
- LOT 5 (Area) 5A - North London & East 5B - East Anglia. Responsive Repairs & Planned Works
- Lot 6 (Area) - Southwest Corridor. Responsive Repairs & Planned Works
- Lot 7 (Area) - South East. Responsive Repairs & Planned Works
- Lot 8 (area) - Devon and Cornwall. Responsive Repairs & Planned Works
Section one: Contracting authority
one.1) Name and addresses
Anchor Hanover Group
2 Godwin Street
Bradford
BD1 2ST
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://anchorhanover.wax-live.com/S2C/SignIn.aspx
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://anchorhanover.wax-live.com/S2C/SignIn.aspx
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Area Responsive Repairs and Planned Investment works
Reference number
PP042
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Anchor is inviting suitably qualified and experienced Contractors to bid for the delivery of responsive repairs, void property works and planned works(including building safety and fire safety works) to its circa 54,000 properties across 1700 locations. The tender will be divided up into regional lots and will be awarded for an initial period of 60 months with an option to extend by two further periods of up to 60 months, so a maximum duration of 15 years. The contract will have provision to include additional workstreams over the Contract Term.
two.1.5) Estimated total value
Value excluding VAT: £1,700,692,065
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Area Region Name
LOT 1 - 1A - North West 1B - Cumbria
LOT 3 - Yorkshire & Lincolnshire
LOT 4 - West Midlands
LOT 5 - 5A - North London & East 5B - East Anglia
LOT 6 - South West Corridor
LOT 7 - South East
LOT 8 - Devon & Cornwall
two.2) Description
two.2.1) Title
Responsive Repairs and Planned Investment works
Lot No
Area 1 - 1A - North West 1B - Cumbria
two.2.2) Additional CPV code(s)
- 45232452 - Drainage works
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261910 - Roof repair
- 45262660 - Asbestos-removal work
- 45310000 - Electrical installation work
- 45343100 - Fireproofing work
- 45421132 - Installation of windows
- 45421130 - Installation of doors and windows
- 45421151 - Installation of fitted kitchens
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45451000 - Decoration work
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Lot 1 (Area) - Northwest of England
two.2.4) Description of the procurement
Anchor is seeking to engage with suitably qualified and experienced Contractors for the delivery of its responsive repairs, void/ empty property works, and asset investment works (including building safety and fire safety works) to its circa 54000 properties across 1700 locations, including providing these services to its variety of residents across its rented, home ownership and care portfolio. Properties are dispersed across England, and Anchor will continue over the course of the contract to develop its portfolio, including new developments, acquisitions and potentially disposals. The tender will be divided into 7 area lots covering the UK.
A separate tender will be issued for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.
The Contract will be awarded for an initial period of 5 years, with the option to extend for two further 5 year periods at Anchors sole discretion.
Although initially centred on the delivery of repairs, empty properties and planned Investment works the contract has the provision to add in multiple additional workstreams during its term including (but not limited to) building safety works, fire safety works and retrofit renewable technologies as set out in the procurement documents.
The value of the core services (i.e. those services included in scope from contract commencement) is circa 98,590,844m per annum and the total potential value of the contract with all options included is circa 1,700,692,065m over the whole term (including all possible extensions).
Lot 1 (area) Northwest England including Lot 1b. This equates to circa 21,668,384 per annum and the this equates to 373,779,624m over the whole term ( including all possible extensions)
The procurement is being undertaken using a "Competitive Dialogue" procedure (in accordance with Regulation 30 of the Public Contracts Regulations 2015). Under the first stage of the process, bidders are required to complete a Selection Questionnaire ("SQ
Stage") and associated appendices . Following evaluation of submitted SQs, Anchor will invite shortlisted bidders to participate in the second stage of the process and submit "Detailed Solutions" ("ISDS" Stage), following which it will shortlist bidders to participate in Competitive Dialogue ("CD" Stage) and submit Final Tenders ("ISFT" Stage). Full details of the requirements, the evaluation criteria and how to participate are included in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £373,779,624
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Responsive Repairs and Planned Investment works
Lot No
LOT 3 (Area) Yorkshire & Lincolnshire
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45232452 - Drainage works
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261910 - Roof repair
- 45310000 - Electrical installation work
- 45343100 - Fireproofing work
- 45421132 - Installation of windows
- 45421130 - Installation of doors and windows
- 45421151 - Installation of fitted kitchens
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45451000 - Decoration work
- 90650000 - Asbestos removal services
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
LOT 3 (Area) Yorkshire & Lincolnshire
two.2.4) Description of the procurement
Anchor is seeking to engage with suitably qualified and experienced Contractors for the delivery of its responsive repairs, void/ empty property works, and asset investment works?(including building safety and fire safety works) to its circa 54000 properties across 1700 locations, including providing these services to its variety of residents across its rented, home ownership and care portfolio. Properties are dispersed across England, and Anchor will continue over the course of the contract to develop its portfolio, including new developments, acquisitions and potentially disposals. The tender will be divided into 7 area lots covering the UK. A separate tender will be issued for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.
The Contract will be awarded for an initial period of 5 years, with the option to extend for two further 5 year periods at Anchors sole discretion.
Although initially centred on the delivery of repairs, empty properties and planned Investment works the contract has the provision to add in multiple additional workstreams during its term including (but not limited to) building safety works, fire safety works and retrofit renewable technologies as set out in the procurement documents.
The value of the core services (i.e. those services included in scope from contract commencement) is circa 98,590,844 per annum and the total potential value of the contract with all options included is circa 1,700,692,065m over the whole term (including all possible extensions).
Lot 3 (Area) - LOT 3 (Area) Yorkshire & Lincolnshire. This equates to circa 16,362,312 per annum and the total potential value of the contract with all options included is circa 282,249,876m over the whole term (including all possible extensions).
The procurement is being undertaken using a "Competitive Dialogue" procedure (in accordance with Regulation 30 of the Public Contracts Regulations 2015). Under the first stage of the process, bidders are required to complete a Selection Questionnaire ("SQ
Stage") and associated appendices . Following evaluation of submitted SQs, Anchor will invite shortlisted bidders to participate in the second stage of the process and submit "Detailed Solutions" ("ISDS" Stage), following which it will shortlist bidders to participate in Competitive Dialogue ("CD" Stage) and submit Final Tenders ("ISFT" Stage). Full details of the requirements, the evaluation criteria and how to participate are included in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £282,249,876
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Responsive Repairs & Planned Works
Lot No
LOT 4 West Midlands
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 45232452 - Drainage works
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261910 - Roof repair
- 45310000 - Electrical installation work
- 45343100 - Fireproofing work
- 45421132 - Installation of windows
- 45421130 - Installation of doors and windows
- 45421151 - Installation of fitted kitchens
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45451000 - Decoration work
- 90650000 - Asbestos removal services
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
LOT 4 (area) West Midlands
two.2.4) Description of the procurement
Anchor is seeking to engage with suitably qualified and experienced Contractors for the delivery of its responsive repairs, void/ empty property works, and asset investment works?(including building safety and fire safety works) to its circa 54000 properties across 1700 locations, including providing these services to its variety of residents across its rented, home ownership and care portfolio. Properties are dispersed across England, and Anchor will continue over the course of the contract to develop its portfolio, including new developments, acquisitions and potentially disposals. The tender will be divided into 7 area lots covering the UK. A separate tender will be issued for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.
The Contract will be awarded for an initial period of 5 years, with the option to extend for two further 5 year periods at Anchors sole discretion.
Although initially centred on the delivery of repairs, empty properties and planned Investment works the contract has the provision to add in multiple additional workstreams during its term including (but not limited to) building safety works, fire safety works and retrofit renewable technologies as set out in the procurement documents.
The value of the core services (i.e. those services included in scope from contract commencement) is circa 98,590,844m per annum and the total potential value of the contract with all options included is circa 1,700,692,065b over the whole term (including all possible extensions).
Lot 4 (Area) West Midlands. This equates to circa 13,815,949m per annum and the total potential value of the contract with all options included is circa 238,325,120m over the whole term (including all possible extensions).
The procurement is being undertaken using a "Competitive Dialogue" procedure (in accordance with Regulation 30 of the Public Contracts Regulations 2015). Under the first stage of the process, bidders are required to complete a Selection Questionnaire ("SQ
Stage") and associated appendices . Following evaluation of submitted SQs, Anchor will invite shortlisted bidders to participate in the second stage of the process and submit "Detailed Solutions" ("ISDS" Stage), following which it will shortlist bidders to participate in Competitive Dialogue ("CD" Stage) and submit Final Tenders ("ISFT" Stage). Full details of the requirements, the evaluation criteria and how to participate are included in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £238,325,120
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Responsive Repairs & Planned Works
Lot No
LOT 5 (Area) 5A - North London & East 5B - East Anglia
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45232452 - Drainage works
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261910 - Roof repair
- 45310000 - Electrical installation work
- 45343100 - Fireproofing work
- 45421132 - Installation of windows
- 45421130 - Installation of doors and windows
- 45421151 - Installation of fitted kitchens
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45451000 - Decoration work
- 90650000 - Asbestos removal services
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
LOT 5 (Area) 5A - North London & East 5B - East Anglia
two.2.4) Description of the procurement
Anchor is seeking to engage with suitably qualified and experienced Contractors for the delivery of its responsive repairs, void/ empty property works, and asset investment works?(including building safety and fire safety works) to its circa 54000 properties across 1700 locations, including providing these services to its variety of residents across its rented, home ownership and care portfolio. Properties are dispersed across England, and Anchor will continue over the course of the contract to develop its portfolio, including new developments, acquisitions and potentially disposals. The tender will be divided into 7 area lots covering the UK. A separate tender will be issued for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.
The Contract will be awarded for an initial period of 5 years, with the option to extend for two further 5 year periods at Anchors sole discretion.
Although initially centred on the delivery of repairs, empty properties and planned Investment works the contract has the provision to add in multiple additional workstreams during its term including (but not limited to) building safety works, fire safety works and retrofit renewable technologies as set out in the procurement documents.
The value of the core services (i.e. those services included in scope from contract commencement) is circa 98,590,844m per annum and the total potential value of the contract with all options included is circa 1,700,692,065b over the whole term (including all possible extensions).
LOT 5 (Area) 5A - North London & East 5B - East Anglia This equates to circa 16,5970,597m per annum and the total potential value of the contract with all options included is circa 285,842,798m over the whole term (including all possible extensions).
The procurement is being undertaken using a "Competitive Dialogue" procedure (in accordance with Regulation 30 of the Public Contracts Regulations 2015). Under the first stage of the process, bidders are required to complete a Selection Questionnaire ("SQ
Stage") and associated appendices . Following evaluation of submitted SQs, Anchor will invite shortlisted bidders to participate in the second stage of the process and submit "Detailed Solutions" ("ISDS" Stage), following which it will shortlist bidders to participate in Competitive Dialogue ("CD" Stage) and submit Final Tenders ("ISFT" Stage). Full details of the requirements, the evaluation criteria and how to participate are included in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £285,842,798
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Responsive Repairs & Planned Works
Lot No
Lot 6 (Area) - Southwest Corridor
two.2.2) Additional CPV code(s)
- 45232452 - Drainage works
- 45232452 - Drainage works
- 45261200 - Roof-covering and roof-painting work
- 45261211 - Roof-tiling work
- 45261910 - Roof repair
- 45310000 - Electrical installation work
- 45343100 - Fireproofing work
- 45440000 - Painting and glazing work
- 45421130 - Installation of doors and windows
- 45421151 - Installation of fitted kitchens
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45451000 - Decoration work
- 90650000 - Asbestos removal services
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
Lot 6 (Area) - Southwest Corridor
two.2.4) Description of the procurement
Anchor is seeking to engage with suitably qualified and experienced Contractors for the delivery of its responsive repairs, void/ empty property works, and asset investment works?(including building safety and fire safety works) to its circa 54000 properties across 1700 locations, including providing these services to its variety of residents across its rented, home ownership and care portfolio. Properties are dispersed across England, and Anchor will continue over the course of the contract to develop its portfolio, including new developments, acquisitions and potentially disposals. The tender will be divided into 7 area lots covering the UK. A separate tender will be issued for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.
The Contract will be awarded for an initial period of 5 years, with the option to extend for two further 5 year periods at Anchors sole discretion.
Although initially centred on the delivery of repairs, empty properties and planned Investment works the contract has the provision to add in multiple additional workstreams during its term including (but not limited to) building safety works, fire safety works and retrofit renewable technologies as set out in the procurement documents.
The value of the core services (i.e. those services included in scope from contract commencement) is circa 98,590,844m per annum and the total potential value of the contract with all options included is circa 1,700,692,065b over the whole term (including all possible extensions).
Lot 6 (Area) - Southwest Corridor This equates to circa 10,673,888m per annum and the total potential value of the contract with all options included is circa 184,124,576m over the whole term (including all possible extensions).
The procurement is being undertaken using a "Competitive Dialogue" procedure (in accordance with Regulation 30 of the Public Contracts Regulations 2015). Under the first stage of the process, bidders are required to complete a Selection Questionnaire ("SQ
Stage") and associated appendices . Following evaluation of submitted SQs, Anchor will invite shortlisted bidders to participate in the second stage of the process and submit "Detailed Solutions" ("ISDS" Stage), following which it will shortlist bidders to participate in Competitive Dialogue ("CD" Stage) and submit Final Tenders ("ISFT" Stage). Full details of the requirements, the evaluation criteria and how to participate are included in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £184,124,576
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Responsive Repairs & Planned Works
Lot No
Lot 7 (Area) - South East
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45232452 - Drainage works
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261910 - Roof repair
- 45310000 - Electrical installation work
- 45343100 - Fireproofing work
- 45421132 - Installation of windows
- 45421151 - Installation of fitted kitchens
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 90650000 - Asbestos removal services
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Lot 7 (Area) - South East
two.2.4) Description of the procurement
Anchor is seeking to engage with suitably qualified and experienced Contractors for the delivery of its responsive repairs, void/ empty property works, and asset investment works?(including building safety and fire safety works) to its circa 54000 properties across 1700 locations, including providing these services to its variety of residents across its rented, home ownership and care portfolio. Properties are dispersed across England, and Anchor will continue over the course of the contract to develop its portfolio, including new developments, acquisitions and potentially disposals. The tender will be divided into 7 area lots covering the UK. A separate tender will be issued for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.
The Contract will be awarded for an initial period of 5 years, with the option to extend for two further 5 year periods at Anchor?s sole discretion.
Although initially centred on the delivery of repairs, empty properties and planned Investment works the contract has the provision to add in multiple additional workstreams during its term including (but not limited to) building safety works, fire safety works and retrofit renewable technologies as set out in the procurement documents.
The value of the core services (i.e. those services included in scope from contract commencement) is circa 98,590,844m per annum and the total potential value of the contract with all options included is circa 1,700,692,065b over the whole term (including all possible extensions).
Lot 7 (Area) - South East This equates to circa 18,057,496m per annum and the total potential value of the contract with all options included is circa 311,491,797m over the whole term (including all possible extensions).
The procurement is being undertaken using a "Competitive Dialogue" procedure (in accordance with Regulation 30 of the Public Contracts Regulations 2015). Under the first stage of the process, bidders are required to complete a Selection Questionnaire ("SQ
Stage") and associated appendices . Following evaluation of submitted SQs, Anchor will invite shortlisted bidders to participate in the second stage of the process and submit "Detailed Solutions" ("ISDS" Stage), following which it will shortlist bidders to participate in Competitive Dialogue ("CD" Stage) and submit Final Tenders ("ISFT" Stage). Full details of the requirements, the evaluation criteria and how to participate are included in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £311,491,797
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Responsive Repairs & Planned Works
Lot No
Lot 8 (area) - Devon and Cornwall
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45232452 - Drainage works
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261910 - Roof repair
- 45310000 - Electrical installation work
- 45343100 - Fireproofing work
- 45421132 - Installation of windows
- 45421130 - Installation of doors and windows
- 45421151 - Installation of fitted kitchens
- 45430000 - Floor and wall covering work
- 45451000 - Decoration work
- 90650000 - Asbestos removal services
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
Lot 8 (area) - Devon and Cornwall
two.2.4) Description of the procurement
Anchor is seeking to engage with suitably qualified and experienced Contractors for the delivery of its responsive repairs, void/ empty property works, and asset investment works?(including building safety and fire safety works) to its circa 54000 properties across 1700 locations, including providing these services to its variety of residents across its rented, home ownership and care portfolio. Properties are dispersed across England, and Anchor will continue over the course of the contract to develop its portfolio, including new developments, acquisitions and potentially disposals. The tender will be divided into 7 area lots covering the UK. A separate tender will be issued for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.
The Contract will be awarded for an initial period of 5 years, with the option to extend for two further 5 year periods at Anchors sole discretion.
Although initially centred on the delivery of repairs, empty properties and planned Investment works the contract has the provision to add in multiple additional workstreams during its term including (but not limited to) building safety works, fire safety works and retrofit renewable technologies as set out in the procurement documents.
The value of the core services (i.e. those services included in scope from contract commencement) is circa 129,152,989m per annum and the total potential value of the contract with all options included is circa 1,700,692,065b over the whole term (including all possible extensions).
Lot 8 (area) - Devon and Cornwall This equates to circa ?1,442,2191m per annum and the total potential value of the contract with all options included is circa 24,878,273m over the whole term (including all possible extensions).
?The procurement is being undertaken using a "Competitive Dialogue" procedure (in accordance with Regulation 30 of the Public Contracts Regulations 2015). Under the first stage of the process, bidders are required to complete a Selection Questionnaire ("SQ
Stage") and associated appendices . Following evaluation of submitted SQs, Anchor will invite shortlisted bidders to participate in the second stage of the process and submit "Detailed Solutions" ("ISDS" Stage), following which it will shortlist bidders to participate in Competitive Dialogue ("CD" Stage) and submit Final Tenders ("ISFT" Stage). Full details of the requirements, the evaluation criteria and how to participate are included in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £24,878,273
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 June 2023
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 August 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Leeds Combined Court Centre
Leeds
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a 10-day stand still period following the award of the
contract and conduct itself in respect of any appeals in accordance with the Public
Contracts Regulations 2015 (as amended).