Tender

PP42 Responsive Repairs & Planned Works

ANCHOR HANOVER

This public procurement record has 2 releases in its history.

TenderAmendment

08 Jun 2023 at 14:51

Tender

01 Jun 2023 at 12:56

Summary of the contracting process

The procurement process for the PP42 Responsive Repairs & Planned Works tender by Anchor Hanover involves engaging contractors for responsive repairs, property works, and asset investment across its varied property portfolio of approximately 54,000 properties in England. The tender is divided into 7 area lots covering the UK, with additional properties potentially being added at Anchor's discretion. The contract, valued at approximately £1.4 billion, will be awarded for an initial 5-year period with extensions possible. The procurement method is Competitive Dialogue, with the tender period ending on 6th July 2023.

This tender by Anchor Hanover offers significant business growth opportunities for contractors experienced in building installation work. The tender aims to create a long-term partnership, spanning several possible extensions up to 2035, allowing businesses to establish stable relationships and secure consistent work over the contract period. Small and medium-sized businesses (SMEs) are particularly encouraged to participate in this tender, which presents a lucrative opportunity to showcase expertise in delivering responsive repairs, planned works, and building safety projects across multiple regions in the UK.

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

PP42 Responsive Repairs & Planned Works

Notice Description

Anchor is seeking to engage with suitably qualified and experienced Contractors for the delivery of its responsive repairs, void/ empty property works, and asset investment works (including building safety and fire safety works) to its circa 54000 properties including providing these services to its variety of residents across its rented, home ownership and care portfolio. Properties are dispersed across England, and Anchor will continue over the course of the contract to develop its portfolio, including new developments, acquisitions and potentially disposals The tender will be divided into 7 area lots covering the UK. A separate tender will be issued for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion. The Contract will be awarded for an initial period of 5 years, with the option to extend for two further 5 year periods at Anchor's 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. The value of the core services (i.e. those services included in scope from contract commencement) is circa PSx per annum and the total potential value of the contract with all options included is circa PSxm 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-aa09d4b3-e6a3-4730-aeec-4c6893282b0e
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/4a435542-29a1-4a13-9524-148a81cc0a88
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive dialogue (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45300000 - Building installation work

Notice Value(s)

Tender Value
£1,417,243,387 £1B-£10B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Jun 20232 years ago
Submission Deadline
6 Jul 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2025 - 31 Mar 2035 Over 5 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
Not specified
Contact Email
procurement@anchor.org.uk
Contact Phone
Not specified

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
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-aa09d4b3-e6a3-4730-aeec-4c6893282b0e-2023-06-08T15:51:07+01:00",
    "date": "2023-06-08T15:51:07+01:00",
    "ocid": "ocds-b5fd17-aa09d4b3-e6a3-4730-aeec-4c6893282b0e",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PP042 Responsive Repairs & Planned Works",
        "title": "PP42 Responsive Repairs & Planned Works",
        "description": "Anchor is seeking to engage with suitably qualified and experienced Contractors for the delivery of its responsive repairs, void/ empty property works, and asset investment works (including building safety and fire safety works) to its circa 54000 properties including providing these services to its variety of residents across its rented, home ownership and care portfolio. Properties are dispersed across England, and Anchor will continue over the course of the contract to develop its portfolio, including new developments, acquisitions and potentially disposals The tender will be divided into 7 area lots covering the UK. A separate tender will be issued for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion. The Contract will be awarded for an initial period of 5 years, with the option to extend for two further 5 year periods at Anchor's 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. The value of the core services (i.e. those services included in scope from contract commencement) is circa PSx per annum and the total potential value of the contract with all options included is circa PSxm 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.",
        "datePublished": "2023-06-01T13:56:53+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45300000",
            "description": "Building installation work"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "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"
                    },
                    {
                        "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": 1232388554,
            "currency": "GBP"
        },
        "value": {
            "amount": 1417243387,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-07-06T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-04-01T00:00:00+01:00",
            "endDate": "2035-03-31T23:59:59+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/40c5f0f9-0fe4-4bac-a132-c34f3d7e2db9",
                "datePublished": "2023-06-01T13:56:53+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/4a435542-29a1-4a13-9524-148a81cc0a88",
                "datePublished": "2023-06-08T14:43:40+01:00",
                "dateModified": "2023-06-08T15:51:07+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-141645",
            "name": "Anchor Hanover",
            "identifier": {
                "legalName": "Anchor Hanover"
            },
            "address": {
                "streetAddress": "2 Godwin Street",
                "locality": "Bradford",
                "postalCode": "BD1 2ST",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "procurement@anchor.org.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-141645",
        "name": "Anchor Hanover"
    }
}