Tender

Call Systems and Door Entry Systems Renewals

ANCHOR HANOVER

This public procurement record has 1 release in its history.

Tender

19 May 2022 at 12:36

Summary of the contracting process

The procurement process is conducted by Anchor Hanover, which seeks contractors for the "Call Systems and Door Entry Systems Renewals" project. This open tender, classified under the installation of telecommunications equipment, is located across various regions in the United Kingdom, including North East, North West, and London. The tender period is set to end on 16th June 2022, with the contract commencing on 2nd September 2022 and lasting for a maximum of five years, pending an optional two-year extension after the initial term. The estimated expenditure is up to £1 million over two years, but this amount is subject to change based on actual requirements and maintenance outcomes.

This tender presents significant opportunities for businesses in the installation and maintenance of telecommunications systems, particularly those offering products from manufacturers such as Legrand. Companies specialising in door entry and call systems, as well as those with capabilities in supplying and installing the specific equipment required, are well-suited to compete. Small and medium-sized enterprises (SMEs) are encouraged to participate, as the contract aims to respond quickly to asset failures and replacements in various properties, highlighting an ongoing demand for these services across the regions specified.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Call Systems and Door Entry Systems Renewals

Notice Description

Anchor are looking to appoint up to two contractors for carrying out any ad-hoc renewal works for call systems and door entry systems on a regional/national basis. The duties will cover for all the following work types where a system is beyond economical repair or is to be replaced due to obsoletion.: * Door Entry Renewal/Installation (Entel) * Warden call System Renewal/Replacement (Advent XT2) * Combined Door Entry/Warden call Renewal/Replacement * Dispersed Alarm Renewal/Replacement (Reach) * Nurse call System Renewal/Replacement/Upgrade (Aidcall) Bidders must be able to supply and install the equipment set out to the requirement set out in the specification documents which is identified in the scope list above (shown in brackets). For the purpose of clarity, as a minimum, the bidder must be able to provide for the installation of the Advent XT2, Aidcall, Entel & Reach systems (a Legrand manufacture products). No other substitute systems would be accepted for the initial Term of this contract. The estimated spend over the initial contract term of 2 years a maximum of PS1.0m, however this does not carry any guarantee of turnover and any estimated volume of business is indicative. This value will vary upwards or downwards depending on Anchor's actual future requirements due the business interim plans to only carry out renewal works to the systems following recommendations of the asset compliance servicing/maintenance regimes, or if given, in any total system failure. The actual year spend will be affected by each property maintenance outcomes and if there are any system failures. The Contract will be let for a maximum period of 5 years: This is two years for the initial term with an optional extension made after the second anniversary. The aim of the contract is to ensure there is an interim provision in place to react to any current call system and door entry system asset failures as quickly as possible. See further details in the procurement documents Additional information: Access to the procurement documents are via

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-8aa38af8-ce03-4488-b9ca-c557d8e67b57
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/7652fb62-08a8-4ae3-863b-925f92f8e459
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45314000 - Installation of telecommunications equipment

Notice Value(s)

Tender Value
£2,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 May 20223 years ago
Submission Deadline
15 Jun 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Sep 2022 - 1 Sep 2024 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ANCHOR HANOVER
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRADFORD
Postcode
BD1 2ST
Post Town
Bradford
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE41 Bradford
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Bradford
Electoral Ward
City
Westminster Constituency
Bradford West

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-8aa38af8-ce03-4488-b9ca-c557d8e67b57-2022-05-19T13:36:49+01:00",
    "date": "2022-05-19T13:36:49+01:00",
    "ocid": "ocds-b5fd17-8aa38af8-ce03-4488-b9ca-c557d8e67b57",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PP32b Interim Call Systems Renewals",
        "title": "Call Systems and Door Entry Systems Renewals",
        "description": "Anchor are looking to appoint up to two contractors for carrying out any ad-hoc renewal works for call systems and door entry systems on a regional/national basis. The duties will cover for all the following work types where a system is beyond economical repair or is to be replaced due to obsoletion.: * Door Entry Renewal/Installation (Entel) * Warden call System Renewal/Replacement (Advent XT2) * Combined Door Entry/Warden call Renewal/Replacement * Dispersed Alarm Renewal/Replacement (Reach) * Nurse call System Renewal/Replacement/Upgrade (Aidcall) Bidders must be able to supply and install the equipment set out to the requirement set out in the specification documents which is identified in the scope list above (shown in brackets). For the purpose of clarity, as a minimum, the bidder must be able to provide for the installation of the Advent XT2, Aidcall, Entel & Reach systems (a Legrand manufacture products). No other substitute systems would be accepted for the initial Term of this contract. The estimated spend over the initial contract term of 2 years a maximum of PS1.0m, however this does not carry any guarantee of turnover and any estimated volume of business is indicative. This value will vary upwards or downwards depending on Anchor's actual future requirements due the business interim plans to only carry out renewal works to the systems following recommendations of the asset compliance servicing/maintenance regimes, or if given, in any total system failure. The actual year spend will be affected by each property maintenance outcomes and if there are any system failures. The Contract will be let for a maximum period of 5 years: This is two years for the initial term with an optional extension made after the second anniversary. The aim of the contract is to ensure there is an interim provision in place to react to any current call system and door entry system asset failures as quickly as possible. See further details in the procurement documents Additional information: Access to the procurement documents are via",
        "datePublished": "2022-05-19T13:36:49+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45314000",
            "description": "Installation of telecommunications equipment"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 360000,
            "currency": "GBP"
        },
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2022-06-16T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-09-02T00:00:00+01:00",
            "endDate": "2024-09-01T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/7652fb62-08a8-4ae3-863b-925f92f8e459",
                "datePublished": "2022-05-19T13:36:49+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-207514",
            "name": "Anchor Hanover",
            "identifier": {
                "legalName": "Anchor Hanover"
            },
            "address": {
                "streetAddress": "Anchor Hub, 2 Godwin St",
                "locality": "Bradford",
                "postalCode": "BD1 2ST",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "david.rafton@anchor.org.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-207514",
        "name": "Anchor Hanover"
    }
}