Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

AHG_000055 - Responsive Repairs and Planned Works

  • First published: 08 December 2024
  • Last modified: 08 December 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Anchor Hanover Group
Authority ID:
AA74284
Publication date:
08 December 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Anchor has tendered for suitably qualified and experienced Contractors for the delivery of responsive repairs, void property works and planned works (including building safety and fire safety works) to its circa 54,000 properties across 1700 locations. The tender has been divided up into regional lots and has been awarded for an initial period of 60 months with the option to extend by two further periods of up to 60 months, so a maximum duration of 15 years.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Anchor Hanover Group

7843

2 Godwin Street

Bradford

BD1 2ST

UK

Contact person: David Rafton

E-mail: property.procurement@anchor.org.uk

NUTS: UKE41

Internet address(es)

Main address: https://www.anchor.org.uk/

Address of the buyer profile: https://www.anchor.org.uk/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

AHG_000055 - Responsive Repairs and Planned Works

Reference number: PP042

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Anchor has tendered for suitably qualified and experienced Contractors for the delivery of responsive repairs, void property works and planned works (including building safety and fire safety works) to its circa 54,000 properties across 1700 locations. The tender has been divided up into regional lots and has been awarded for an initial period of 60 months with the option to extend by two further periods of up to 60 months, so a maximum duration of 15 years.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 1 417 243 387.00  GBP

II.2) Description

Lot No: Area 1 - 1A - North West 1B - Cumbria

II.2.1) Title

Responsive Repairs and Planned Investment Works - Lot 1

II.2.2) Additional CPV code(s)

45000000

50000000

45300000

45260000

45232450

45310000

45420000

45421100

45343100

II.2.3) Place of performance

NUTS code:

UKD


Main site or place of performance:

Lot 1 (Area) - North West of England

II.2.4) Description of the procurement

Anchor has engaged 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 54,000 properties across 1700 locations, 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 areas covering the UK.<br/><br/>A separate tender has been conducted for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.<br/><br/>The Contract has been 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.<br/><br/>Lot 1 (area) Northwest England including Lot 1b. This equates to an estimated annual value of 12,086,000 up to 18,056,987 per annum depending on asset investment programme and this equates to 311,483,020m over the whole term (including all possible extensions).<br/><br/>The procurement has been 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 were required to complete a Selection Questionnaire ("SQ Stage") and associated appendices. Following evaluation of submitted SQs, Anchor invited shortlisted bidders to participate in the second stage of the process to submit "Detailed Solutions" ("ISDS" Stage), following which it shortlisted 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 were included in the procurement documents.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.11) Information about options

Options: Yes

Description of options:

After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 3 (Area) - Yorkshire & Lincolnshire

II.2.1) Title

Responsive Repairs and Planned Investment Works - Lot 3

II.2.2) Additional CPV code(s)

45000000

45343100

50000000

45421100

45421151

45310000

45232450

45261900

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Lot 3 (Area) - Yorkshire & Lincolnshire

II.2.4) Description of the procurement

Anchor has engaged 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 54,000 properties across 1700 locations, 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 was divided into 7 areas covering the UK.<br/><br/>A separate tender was conducted for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.<br/><br/>The Contract has been 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.<br/><br/>Lot 3 (Area) – LOT 3 (Area) Yorkshire & Lincolnshire. This equates to an estimated annual spend of 11,038,000 up to 13,635,260 per annum depending on asset Investment programme and the total potential value of the contract with all options included is circa 235,208,230m over the whole term (including all possible extensions).<br/><br/>The procurement has been 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 were required to complete a Selection Questionnaire ("SQ Stage") and associated appendices. Following evaluation of submitted SQs, Anchor invited 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 were included in the procurement documents.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.11) Information about options

Options: Yes

Description of options:

After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 4 (Area) - West Midlands

II.2.1) Title

Responsive Repairs and Planned Investment Works - Lot 4

II.2.2) Additional CPV code(s)

45000000

45343100

50000000

45421100

45421151

45310000

45232450

45261900

II.2.3) Place of performance

NUTS code:

UKG


Main site or place of performance:

Lot 4 (Area) - West Midlands

II.2.4) Description of the procurement

Anchor has engaged 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 54,000 properties across 1700 locations, 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 was divided into 7 area lots covering the UK.<br/><br/>A separate tender has been conducted for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.<br/><br/>The Contract has been 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.<br/><br/>Lot 4 (Area) West Midlands. This equates to an estimated annual spend 7,560,000 to 11,513,291m per annum dependant on Asset Investment Programme and the total potential value of the contract with all options included is circa 198,604,267m over the whole term (including all possible extensions).<br/><br/>The procurement has been 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 were 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 were included in the procurement documents.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.11) Information about options

Options: Yes

Description of options:

After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 5 (Area) 5A - North London & East 5B - East Anglia

II.2.1) Title

Responsive Repairs and Planned Investment Works - Lot 5

II.2.2) Additional CPV code(s)

45000000

45421100

50000000

45343100

45421151

45310000

45232450

45261900

45343100

II.2.3) Place of performance

NUTS code:

UKH


Main site or place of performance:

Lot 5 (Area) 5A - North London & East 5B - East Anglia

II.2.4) Description of the procurement

Anchor has engaged 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 54,000 properties across 1700 locations, 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.<br/><br/>The tender was divided into 7 area lots covering the UK. A separate tender has been conducted for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.<br/><br/>The Contract has been 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.<br/><br/>LOT 5 (Area) 5A - North London & East 5B - East Anglia. This equates to an estimated annual spend 12,095,000 up to 13,808,831m per annum dependant on Asset Investment Plan and the total potential value of the contract with all options included is circa 238,202,331m over the whole term (including all possible extensions).<br/><br/>The procurement has been 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 were 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 were included in the procurement documents.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.11) Information about options

Options: Yes

Description of options:

After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 6 (Area) - South West Corridor

II.2.1) Title

Responsive Repairs and Planned Investment Works - Lot 6

II.2.2) Additional CPV code(s)

45000000

45343100

45232450

45310000

45343100

50000000

45421100

45421151

45261900

II.2.3) Place of performance

NUTS code:

UKK


Main site or place of performance:

Lot 6 (Area) - South West Corridor

II.2.4) Description of the procurement

Anchor has engaged 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 54,000 properties across 1700 locations, 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.<br/><br/>The tender was divided into 7 area lots covering the UK. A separate tender has been conducted for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.<br/><br/>The Contract has been 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.<br/><br/>Lot 6 (Area) – Southwest Corridor: This equates to an estimated annual spend of 7,327,000 to £8,894,907m per annum dependant on the Asset investment Plan, and the total potential value of the contract with all options included is circa £153,437,147m over the whole term (including all possible extensions).<br/><br/>The procurement has been 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 were 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 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 were included in the procurement documents.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.11) Information about options

Options: Yes

Description of options:

After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 7 (Area) - South East

II.2.1) Title

Responsive Repairs and Planned Investment Works - Lot 7

II.2.2) Additional CPV code(s)

45000000

45261900

50000000

45343100

45421100

45421151

45310000

45232450

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Lot 7 (Area) - South East

II.2.4) Description of the procurement

Anchor has engaged 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 54,000 properties across 1700 locations, 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.<br/><br/>The tender was divided into 7 area lots covering the UK. A separate tender has been conducted for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.<br/><br/>The Contract has been 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.<br/><br/>Lot 7 (Area) – South East: This equates to an estimate annual spend of 13,283,000 to £15,047,913m per annum dependant on the Asset Investment Programme, and the total potential value of the contract with all options included is circa £259,576,498m over the whole term (including all possible extensions).<br/><br/>The procurement has been 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 were 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 were included in the procurement documents.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.11) Information about options

Options: Yes

Description of options:

After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 8 (Area) - Devon & Cornwall

II.2.1) Title

Responsive Repairs and Planned Investment Works - Lot 8

II.2.2) Additional CPV code(s)

45000000

45421151

50000000

45343100

45421100

45310000

45232450

45343100

II.2.3) Place of performance

NUTS code:

UKK


Main site or place of performance:

Lot 8 (Area) - Devon & Cornwall

II.2.4) Description of the procurement

Anchor has engaged 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 54,000 properties across 1700 locations, 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.<br/><br/>The tender was divided into 7 area lots covering the UK. A separate tender has been conducted for the North East. In addition, Anchor may add properties from adjoining areas into the scope of the contract at their discretion.<br/><br/>The Contract has been 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.<br/><br/>Lot 8 (Area) - Devon and Cornwall. This equates to an estimate annual spend of 1,718,000 dependant on the asset investment programme and the total potential value of the contract with all options included is circa 24,761,000m over the whole term (including all possible extensions).<br/><br/>The procurement has been 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 were 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 we 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 were included in the procurement documents.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.11) Information about options

Options: Yes

Description of options:

After a successful 60 month, the agreement may be further extended for two additional periods of 60 months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-015561

Section V: Award of contract

Lot No: 1

Title: Responsive Repairs and Planned Investment Works - Lot 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/11/2024

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Novus Property Solutions Ltd

02403551

Five Towns House Hillside, Festival Way, Stoke-On-Trent, Staffordshire, ST1 5SH

Stoke-On-Trent

ST1 5SH

UK

NUTS: UKG23

Internet address(es)

URL: http://www.novussolutions.co.uk

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 311 483 020.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Responsive Repairs and Planned Investment Works - Lot 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/10/2024

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

EQUANS Regeneration Limited

01738371

First Floor, Neon, Q10 Quorum business Park , Benton Lane

Newcastle Upon Tyne

NE12 8BU

UK

NUTS: UKC22

Internet address(es)

URL: http://engie.co.uk

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 235 208 230.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Responsive Repairs and Planned Investment Works - Lot 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

11/11/2024

V.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Ian Williams Ltd

00879464

Quarry Road, chipping Sodbury

Bristol

BS37 6JL

UK

NUTS: UKK11

Internet address(es)

URL: http://www.ianwilliams.co.uk

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 198 604 267.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: Responsive Repairs and Planned Investment Works - Lot 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/10/2024

V.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Axis Europe PLC

01991637

3 Tramway Avenue, Stratford

London

EN15 4PN

UK

NUTS: UKI54

Internet address(es)

URL: http://www.axiseurope.com

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 238 202 331.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: Responsive Repairs and Planned Investment Works - Lot 6

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/11/2024

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Novus Property Solutions Ltd

02403551

Five Town House, Hillside, Feastival Way

Stoke-on-Trent

ST15SH

UK

NUTS: UKG23

Internet address(es)

URL: http://www.novussolutions.co.uk

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 153 437 147.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Title: Responsive Repairs and Planned Investment Works - Lot 7

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/10/2024

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cardo (South) Limited

05756266

1-2 Stuart Close, Cardiff

Cardiff

CF11 8QF

UK

NUTS: UKL22

Internet address(es)

URL: www.cardogroup.co.uk

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 259 576 498.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Title: Responsive Repairs and Planned Investment Works - Lot 8

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/10/2024

V.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Westcountry Maintenance Services Ltd

06374970

The Gilberries, New Street, Torrington, Devon, EX38 8BY

Torrington

EX38 8BY

UK

NUTS: UKK4

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 24 761 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

The Strands

London

WC2A 2LL

UK

Internet address(es)

URL: https://www.justice.gov.uk

VI.5) Date of dispatch of this notice

06/12/2024

Coding

Commodity categories

ID Title Parent category
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45232450 Drainage construction works Ancillary works for pipelines and cables
45310000 Electrical installation work Building installation work
45343100 Fireproofing work Fire-prevention installation works
45421100 Installation of doors and windows and related components Joinery work
45421151 Installation of fitted kitchens Joinery work
45420000 Joinery and carpentry installation work Building completion work
50000000 Repair and maintenance services Other Services
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
property.procurement@anchor.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.