Section one: Contracting authority
one.1) Name and addresses
Anchor Hanover Group
2 Godwin Street
Bradford
BD1 2ST
Contact
David Rafton
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
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