Tender

Responsive Repairs and Planned works - Northeast Partnership

  • Anchor Hanover Group

F02: Contract notice

Notice identifier: 2023/S 000-019491

Procurement identifier (OCID): ocds-h6vhtk-03dfe5

Published 7 July 2023, 3:06pm



Section one: Contracting authority

one.1) Name and addresses

Anchor Hanover Group

2 Godwin Street

Bradford

BD1 2ST

Contact

David Rafton

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

Responsive Repairs and Planned works - Northeast Partnership

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 an alternative delivery model for the delivery of responsive repairs, void property works and planned works(including building safety and fire safety works) to its circa 5800 properties/beds across

178 locations within the North East of England. The contract 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: £197,168,978

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

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

Northeast of England

two.2.4) Description of the procurement

Anchor is inviting suitably qualified and experienced Contractors to bid for an alternative delivery model for the delivery of responsive repairs, void property works and planned works(including building safety and fire safety works) to its circa 5800 properties/beds across 178 locations within the North East of England. The contract 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.

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.

Northeast England. This equates to circa 8,229,662 per annum (Estimated annual value is years 1 to 5 average. Planned works programme is forecast to increase in periods 2 and 3 of the contract term) and the this equates to 197,168,978m 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: £197,168,978

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 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

7 August 2023

Local time

11:59pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

7 July 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