Opportunity

Area Responsive Repairs and Planned Investment works

  • Anchor Hanover Group

F02: Contract notice

Notice reference: 2023/S 000-015561

Published 1 June 2023, 1:56pm



Section one: Contracting authority

one.1) Name and addresses

Anchor Hanover Group

2 Godwin Street

Bradford

BD1 2ST

Email

procurement@anchor.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.anchor.org.uk

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).