{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-069517-2026-05-08T16:30:23+01:00",
    "date": "2026-05-08T16:30:23+01:00",
    "ocid": "ocds-h6vhtk-069517",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PYBH-1339-MTCJ",
            "name": "Anchor Hanover Group",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYBH-1339-MTCJ"
            },
            "address": {
                "streetAddress": "2 Godwin Street",
                "locality": "Bradford",
                "postalCode": "BD1 2ST",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE41"
            },
            "contactPoint": {
                "email": "property.procurement@anchor.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.anchor.org.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYBH-1339-MTCJ",
        "name": "Anchor Hanover Group"
    },
    "tender": {
        "id": "Project-00229",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Wastewater and Pump Management",
        "description": "Anchor Hanover Group (Anchor), England's largest provider of specialist housing and care for people in later life, is seeking to appoint a suitably qualified and experienced Contractor to deliver wastewater infrastructure servicing, maintenance, repair and asset management services across a defined portfolio of locations within its wider estate, spanning retirement housing, extra care schemes, and residential care homes throughout England and South Wales. All services will be delivered in occupied residential and care settings. The in-scope asset types are Water Booster Pumps, Submersible Foul Wastewater Pumps, Surface Water Pump Stations, Dry Well Pumps, Grease Traps, Cesspits, and Private Sewage Infrastructure. The scope covers Planned Preventative Maintenance and statutory inspections, Reactive Repairs and Remedial Works, Installation and Replacement Works, Tankering Services, Temporary Pumping Solutions, and Asset Capture and Data Management. A 24/7 emergency response capability is required throughout the Contract Period. 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",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50510000",
                        "description": "Repair and maintenance services of pumps, valves, taps and metal containers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90481000",
                        "description": "Operation of a sewage plant"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50511100",
                        "description": "Repair and maintenance services of liquid pumps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90733100",
                        "description": "Surface water pollution monitoring or control services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3135000,
            "amount": 2612500,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Two Stage Process - PSQ and ITT. Further detail can be found in the IFT document."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "Electronically via the Anchor E-Procurement Portal - https://anchor.my.site.com/s/Welcome",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-06-08T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-29T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-19T23:59:59+01:00"
        },
        "otherRequirements": {
            "reservedParticipation": [
                "shelteredWorkshop"
            ]
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 3135000,
                    "amount": 2612500,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 65,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-01T00:00:00Z",
                    "endDate": "2029-12-31T23:59:59Z",
                    "maxExtentDate": "2033-12-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 Years with option to Extend a further 2 Years."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "042707-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/042707-2026",
                "datePublished": "2026-05-08T16:30:23+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2034-01-02T23:59:59Z"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "30 days"
        },
        "riskDetails": "1. Regulatory and Legislative Change Amendments to applicable statutory maintenance standards, environmental legislation, or waste management requirements during the contract term may alter the frequency, scope, or method of servicing, inspection, or effluent disposal activities. Where changes could not reasonably have been foreseen at contract award, these will be managed via a Contract Change Notice and may affect price and programme. 2. Portfolio Change Anchor may acquire, develop, dispose of, or transfer properties during the contract term, adding or removing in-scope assets from the servicing programme. Additions will be managed via a Programme Variation Request and Contract Change Notice. Disposals will result in a corresponding reduction in contract value and volume. 3. Introduction of New or Unforeseen Asset Types Anchor may install or inherit assets not currently listed within the contract scope during the contract term. Where new asset types fall outside existing Schedule of Rates, a formal scope change will be required via a Contract Change Notice. 4. Parts Obsolescence The discontinuation of specific asset models or key components by manufacturers during the contract term may affect the long-term maintainability and standardisation of Anchor's existing asset portfolio. Tenderers should demonstrate how they manage obsolescence risk within their supply chain. 5. Unforeseen Volume Fluctuation The actual volume of reactive repairs, remedial works, or tankering activity may exceed or fall below forecasted levels. The contract is priced on a Schedule of Rates basis and volumes are not guaranteed. 6. Technology and Systems Change Anchor may adopt new asset monitoring, telemetry, or job management systems during the contract term. Where significant changes to Anchor's IT systems impact the Contractor's obligations, Anchor will meet the Contractor's reasonable and properly incurred costs of maintaining compatibility. Changes to data formats, asset register submission processes, or reporting interfaces will be managed via a variation to the IT specification. 7. Changes to Anchor's Internal Policies and Procedures Anchor's internal policies, including those governing water safety, environmental management, and building safety, are subject to periodic review and may be updated during the contract term in response to legislative change or new risk information. Updated obligations will be communicated to the Contractor and implemented via the contract's change control process."
    },
    "language": "en"
}