Tender

PP263 - Supply & Installation of Flooring and Associated Works

  • Anchor Hanover Group

F02: Contract notice

Notice identifier: 2024/S 000-034241

Procurement identifier (OCID): ocds-h6vhtk-04865c

Published 23 October 2024, 9:09am



Section one: Contracting authority

one.1) Name and addresses

Anchor Hanover Group

2 Godwin Street

Bradford

BD1 2ST

Contact

Property Procurement Team

Email

property.procurement@anchor.org.uk

Country

United Kingdom

Region code

UKE41 - Bradford

National registration number

7843

Internet address(es)

Main address

https://www.anchor.org.uk/

Buyer's address

https://www.anchor.org.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://anchor.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://anchor.my.site.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

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

PP263 - Supply & Installation of Flooring and Associated Works

Reference number

PP263

two.1.2) Main CPV code

  • 45432110 - Floor-laying work

two.1.3) Type of contract

Works

two.1.4) Short description

Anchor Hanover Group are seeking to procure a Framework of 3 Providers for the Supply & Installation of Flooring and Associated Works. The framework will have the ability to direct award and will contain a mini competition mechanism.

The Contract will typically deliver the following;

Supply and installation of a variety of floor coverings and their associated works on an ad-hoc basis as instructed by Anchor.

The contract will be based on the JCT Measured terms (2016) with Anchor’s standard amendments. The duration of the contract is for a period of 4 years commencing on the 1st of August 2025.

To view our tender documents and apply for the opportunity please use the following link:

https://anchor.my.site.com/s/Welcome

two.1.5) Estimated total value

Value excluding VAT: £16,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45432130 - Floor-covering work
  • 45432130 - Floor-covering work
  • 45432110 - Floor-laying work
  • 45431100 - Floor-tiling work
  • 45262321 - Floor-screed works
  • 44112200 - Floor coverings
  • 45432100 - Floor laying and covering work
  • 45432111 - Laying work of flexible floor coverings
  • 44112210 - Solid flooring

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
Main site or place of performance

UKC;UKD;UKE;UKF;UKG;UKH;UKI;UKJ;UKK

two.2.4) Description of the procurement

The Contract will typically deliver the following;

Supply and installation of a variety of floor coverings and their associated works on an ad-hoc basis as instructed by Anchor.

The contract will be based on the JCT Measured terms (2016) with Anchor’s standard amendments. The duration of the contract is for a period of 4 years commencing on the 1st of August 2025.

The estimated value is between £3 - £4 m per annum, we envisage the spend to be up to the value of £16,000,000.00 over the term of the Framework. Please note there is no guarantee of value or volumes via the Framework.

Further information can be located within the tender 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: £16,000,000

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

Start date

1 August 2025

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

TBC

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.2.14) Additional information

To view our tender documents and apply for the opportunity please use the following link:

https://anchor.my.site.com/s/Welcome


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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-023966

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

Date

25 November 2024

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

Tender must be valid until: 1 August 2025

four.2.7) Conditions for opening of tenders

Date

23 October 2024

Local time

12:00pm

Place

https://anchor.my.site.com/s/Welcome


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: TBC

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strands

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strands

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.4) Service from which information about the review procedure may be obtained

High Court of England and Wales

The Strands

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk