Opportunity

Fire Remedial Works

  • Anchor Hanover Group

F02: Contract notice

Notice reference: 2021/S 000-008721

Published 23 April 2021, 11:54am



Section one: Contracting authority

one.1) Name and addresses

Anchor Hanover Group

2 Godwin St

Bradford

BD1 2ST

Email

ams@anchorhanover.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://anchorhanover.wax-live.com/S2C/SignIn.aspx

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

National or federal Agency/Office

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Remedial Works

Reference number

PP78 FRA Remedial Works

two.1.2) Main CPV code

  • 45343000 - Fire-prevention installation works

two.1.3) Type of contract

Works

two.1.4) Short description

Fire Remedial Works to properties within residential retirement living for rental, care and homeownership (some are enhanced specialist retirement locations)

two.1.5) Estimated total value

Value excluding VAT: £62,379,810

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Fire Remedial Works - North

Lot No

PP78 Fire Remedial Works - Lot 1 - North

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
  • UKC - North East (England)
Main site or place of performance

See Lot 1 North Map via

https://www.google.com/maps/d/viewer?mid=1KjE5LQL2GNvj5t6f7TXc09NE7xlCbAau&ll=53.02703643107296%2C-1.8901866500000075&z=6

two.2.4) Description of the procurement

Fire Remedial Works to properties within residential retirement living for rental, care and homeownership (some are enhanced specialist retirement locations)

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: £12,935,340

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2021

This contract is subject to renewal

Yes

Description of renewals

The contract initial term is 3 years with optional 1 yr extensions for a maximum of 6 years

(3 years +1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Fire Remedial Works - Central

Lot No

PP78 Fire Remedial Works - Lot 2- Central

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
Main site or place of performance

See Lot 2 Central Map via

https://www.google.com/maps/d/viewer?mid=1KjE5LQL2GNvj5t6f7TXc09NE7xlCbAau&ll=53.02703643107296%2C-1.8901866500000075&z=6

two.2.4) Description of the procurement

Fire Remedial Works to properties within residential retirement living for rental, care and homeownership (some are enhanced specialist retirement locations)

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: £15,517,755

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2021

This contract is subject to renewal

Yes

Description of renewals

The contract initial term is 3 years with optional 1 yr extensions for a maximum of 6 years

(3 years +1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Fire Remedial Works - South West

Lot No

PP78 Fire Remedial Works - Lot 3 - South West

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

See Lot 3 South West Map via

https://www.google.com/maps/d/viewer?mid=1KjE5LQL2GNvj5t6f7TXc09NE7xlCbAau&ll=53.02703643107296%2C-1.8901866500000075&z=6

two.2.4) Description of the procurement

Fire Remedial Works to properties within residential retirement living for rental, care and homeownership (some are enhanced specialist retirement locations)

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: £6,366,150

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2021

This contract is subject to renewal

Yes

Description of renewals

The contract initial term is 3 years with optional 1 yr extensions for a maximum of 6 years

(3 years +1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Fire Remedial Works - Central East

Lot No

PP78 Fire Remedial Works - Lot 4 - Central East

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

See Lot 4 Central East Map via

https://www.google.com/maps/d/viewer?mid=1KjE5LQL2GNvj5t6f7TXc09NE7xlCbAau&ll=53.02703643107296%2C-1.8901866500000075&z=6

two.2.4) Description of the procurement

Fire Remedial Works to properties within residential retirement living for rental, care and homeownership (some are enhanced specialist retirement locations)

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: £13,041,090

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2021

This contract is subject to renewal

Yes

Description of renewals

The contract initial term is 3 years with optional 1 yr extensions for a maximum of 6 years

(3 years +1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Fire Remedial Works - London

Lot No

PP78 Fire Remedial Works - Lot 5 - London

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

See Lot 5 London Map via

https://www.google.com/maps/d/viewer?mid=1KjE5LQL2GNvj5t6f7TXc09NE7xlCbAau&ll=53.02703643107296%2C-1.8901866500000075&z=6

two.2.4) Description of the procurement

Fire Remedial Works to properties within residential retirement living for rental, care and homeownership (some are enhanced specialist retirement locations)

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: £7,819,155

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2021

This contract is subject to renewal

Yes

Description of renewals

The contract initial term is 3 years with optional 1 yr extensions for a maximum of 6 years

(3 years +1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Fire Remedial Works - South West

Lot No

PP78 Fire Remedial Works - Lot 6 - South West

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

See Lot 6 South West Map via

https://www.google.com/maps/d/viewer?mid=1KjE5LQL2GNvj5t6f7TXc09NE7xlCbAau&ll=53.02703643107296%2C-1.8901866500000075&z=6

two.2.4) Description of the procurement

Fire Remedial Works to properties within residential retirement living for rental, care and homeownership (some are enhanced specialist retirement locations)

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: £6,700,320

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2021

This contract is subject to renewal

Yes

Description of renewals

The contract initial term is 3 years with optional 1 yr extensions for a maximum of 6 years

(3 years +1+1+1)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

FIRAS/BM TRADA accreditations required

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Stated in the procurement documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 June 2021

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 April 2021

Local time

12:00pm

Place

Tender will be made available on Supply Hub portal no later than 27th Apr via https://anchorhanover.wax-live.com/S2C/SignIn.aspx


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

six.4) Procedures for review

six.4.1) Review body

Anchor Hanover Group

2 Godwin St

Bradford

BD1 2ST

Email

ams@anchorhanover.org.uk

Country

United Kingdom