Section one: Contracting authority
one.1) Name and addresses
Anchor Hanover Group
2 Godwin Street
Bradford
BD1 2ST
Contact
Jordan Wright
property.procurement@anchor.org.uk
Country
United Kingdom
Region code
UKE41 - Bradford
National registration number
7843
Internet address(es)
Main address
Buyer's address
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
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Strands
London
WC2A 2LL
Country
United Kingdom
Internet address
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