Tender

PP216 - Call Systems - Servicing and Repair

  • Anchor Hanover Group

F02: Contract notice

Notice identifier: 2024/S 000-037444

Procurement identifier (OCID): ocds-h6vhtk-04bd13

Published 20 November 2024, 8:09am



Section one: Contracting authority

one.1) Name and addresses

Anchor Hanover Group

2 Godwin Street

Bradford

BD1 2ST

Contact

Jordan Wright

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

PP216 - Call Systems - Servicing and Repair

Reference number

PP216

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Anchor Hanover Group is seeking to establish contracts with up to 4 Providers for the Servicing and Repairs of Warden Call, Nurse Call, CCTV System Maintenance, Access Control, and Door Entry Systems (excluding Automatic Doors).
Contract Overview:
The scope includes maintenance and repair services for a variety of call and security systems, including those from key providers such as Quantec, Tunstall, Appello, Legrand, Intercall, Chubb, and ADT.
Key Requirements:
• Call Systems repairs and maintenance
• Suppliers will be provided with a list of consumables and user-replaceable components to support ongoing function of the above systems.
• An optional dilapidation report and asset tagging within the first 12 months may be required, depending on budget requirements.
• Provision of portable Dispersed Alarm Units (DAU) to maintain critical functions in case of system failure.
• Maintenance of Private Client Networks at specified locations.
Contractual Details:
The contract will follow JCT Measured Terms (2016) with Anchor’s standard amendments. It will be for an initial term of 3 years, with options to extend for a further 2 years and an additional 1 year, based on contract performance. The annual spend is estimated at £4.8 million nationally.

two.1.5) Estimated total value

Value excluding VAT: £29,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

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

two.2) Description

two.2.1) Title

North London & East Anglia and Southeast

Lot No

4

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKH - East of England
  • UKJ - South East (England)

two.2.4) Description of the procurement

The service provided aligns with the description specified in section II.1.4.1 (Short Description). Below are the relevant CPV codes associated with the service:

50000000: Repair and maintenance services
50300000: Repair, maintenance, and associated services for personal computers, office equipment, telecommunications, and audio-visual equipment
50400000: Repair and maintenance services for medical and precision equipment
50700000: Repair and maintenance services for building installations

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: £7,250,000

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

Start date

30 June 2025

End date

29 June 2031

This contract is subject to renewal

Yes

Description of renewals

Initial Term: 3 Years
Extension option 1: 2 Years
Extension option 2: 1 Year

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additional services or features may be proposed as options by the bidder; however, these will not form part of the qualitative or commercial scoring during evaluation. Options, if included in the final contract, will be at the discretion of the contracting authority and subject to further agreement.

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

two.2) Description

two.2.1) Title

Northwest and Cumbria and Northeast

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
  • UKC - North East (England)

two.2.4) Description of the procurement

The service provided aligns with the description specified in section II.1.4.1 (Short Description). Below are the relevant CPV codes associated with the service:

50000000: Repair and maintenance services
50300000: Repair, maintenance, and associated services for personal computers, office equipment, telecommunications, and audio-visual equipment
50400000: Repair and maintenance services for medical and precision equipment
50700000: Repair and maintenance services for building installations

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: £7,250,000

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

Start date

30 June 2025

End date

29 June 2031

This contract is subject to renewal

Yes

Description of renewals

Initial Term: 3 Years
Extension option 1: 2 Years
Extension option 2: 1 Year

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additional services or features may be proposed as options by the bidder; however, these will not form part of the qualitative or commercial scoring during evaluation. Options, if included in the final contract, will be at the discretion of the contracting authority and subject to further agreement.

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

two.2) Description

two.2.1) Title

Southwest corridor and Devon Cornwall

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

The service provided aligns with the description specified in section II.1.4.1 (Short Description). Below are the relevant CPV codes associated with the service:

50000000: Repair and maintenance services
50300000: Repair, maintenance, and associated services for personal computers, office equipment, telecommunications, and audio-visual equipment
50400000: Repair and maintenance services for medical and precision equipment
50700000: Repair and maintenance services for building installations

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: £7,250,000

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

Start date

30 June 2025

End date

29 June 2031

This contract is subject to renewal

Yes

Description of renewals

Initial Term: 3 Years
Extension option 1: 2 Years
Extension option 2: 1 Year

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additional services or features may be proposed as options by the bidder; however, these will not form part of the qualitative or commercial scoring during evaluation. Options, if included in the final contract, will be at the discretion of the contracting authority and subject to further agreement.

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

two.2) Description

two.2.1) Title

Yorkshire Lincs and Midlands

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

The service provided aligns with the description specified in section II.1.4.1 (Short Description). Below are the relevant CPV codes associated with the service:

50000000: Repair and maintenance services
50300000: Repair, maintenance, and associated services for personal computers, office equipment, telecommunications, and audio-visual equipment
50400000: Repair and maintenance services for medical and precision equipment
50700000: Repair and maintenance services for building installations

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: £7,250,000

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

Start date

30 June 2025

End date

29 June 2031

This contract is subject to renewal

Yes

Description of renewals

Initial Term: 3 Years
Extension option 1: 2 years
Extension option 2: 1 year

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Additional services or features may be proposed as options by the bidder; however, these will not form part of the qualitative or commercial scoring during evaluation. Options, if included in the final contract, will be at the discretion of the contracting authority and subject to further agreement.

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

Restricted 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 December 2024

Local time

4:00pm

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

20 November 2024

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 September 2025


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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