Construction Tenders

25 April 2025

Related Information

Construction Contract Leads

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 11th Nov 2024

Tender Details
Referenceocds-h6vhtk-04a49b
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£200,000,000
« Previous Page

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 11th Nov 2024

Tender Details
Referenceocds-h6vhtk-04a49b
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£200,000,000

Section I: Contracting authority

I.1) Name and addresses

Gold Hill HA (B2G)

GERRARDS CROSS

SL9 9RF

Email

tenders [at] b2g.services

Telephone

+44 7775584411

Country

United Kingdom

NUTS code

UKJ13 - Buckinghamshire CC

Mutuals Public Register

IP17437R

Internet address(es)

Main address

https://www.b2g.services

Buyer's address

https://www.b2g.services/b2g

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.b2g.services/b2g/mwx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.b2g.services/contact

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

B2G MWX: Minor Works and all associated works, supplies and services

Reference number

B2G MWX

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

B2G MWX will supersede and unify B2G's MW20 (national) and MW21 (regional) minor works frameworks, both of which are due to expire during Q1 2024, and will incorporate features successfully introduced in later frameworks,

This framework will enable any UK contracting authority to procure one-off projects, programmes or term contracts to deliver both major or minor planned and/or responsive works in the construction, repair, maintenance and improvement of both housing and non-housing.

This framework will be suited to principal contractors with multi-discipline capability, who operate both nationally and/or regionally, given that it will operate as a single UK lot, within which contractors have the option to designate 'active regions' and specialist 'work types'.

Specialist contractors may also prefer to register for the B2G DPS, which operates in tandem with all B2G frameworks. However, whether framework or DPS, we set the bar high, and only appoint suppliers who are competent and competitive.

Bid teams please note:

The framework value is £200m PER ANNUM. nb. B2G frameworks operate on a 12 month auto-renewable basis (see note IV.1.3 within this notice) to maximise value of participation whilst minimising impact on bid team resource.

And since the best suppliers usually have the busiest bid teams, our bid docs are designed to minimise bid team workload, with a focus on 'evidence not essays' and a simplified pricing format in sync with the UK gov's Should Cost Model.

II.1.5) Estimated total value

Value excluding VAT: £200,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Based on current usage of B2G frameworks buyers may include regional & local government, social housing providers, schools, colleges, academy trusts & NHS trusts,

See the additional CPV codes detailed in section II.2.14 for an indication of possible work types.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Automatic renewal for periods of 12 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

Additional CPV codes:-

31000000

Electrical machinery, apparatus, equipment and consumables; lighting

31720000

Electromechanical equipment

35111500

Fire suppression system

39298900

Miscellaneous decoration items

39715000

Water heaters and heating for buildings; plumbing equipment

42512300

HVAC packages

39715300

Plumbing equipment

43324000

Drainage equipment

44111520

Thermal insulating material

44115200

Plumbing and heating materials

44115210

Plumbing materials

44163110

Drainage pipes

44211100

Modular and portable buildings

44221220

Fire doors

45000000

Construction work

45100000

Site preparation work

45110000

Building demolition and wrecking work and earthmoving work

45111000

Demolition, site preparation and clearance work

45111200

Site preparation and clearance work

45111213

Site-clearance work

45111240

Ground-drainage work

45210000

Building construction work

45212000

Construction work for buildings relating to leisure, sports, culture, lodging and restaurants

45214000

Construction work for buildings relating to education and research

45232450

Drainage construction works

45232451

Drainage and surface works

45232452

Drainage works

45220000

Engineering works and construction works

45260000

Roof works and other special trade construction works

45261215

Solar panel roof-covering work

45262210

Foundation work

45262660

Asbestos-removal work

45300000

Building installation work

45310000

Electrical installation work

45320000

Insulation work

45321000

Thermal insulation work

45330000

Plumbing and sanitary works

45332000

Plumbing and drain-laying work

45332200

Water plumbing work

45340000

Fencing, railing and safety equipment installation work

45350000

Mechanical installations

45400000

Building completion work

45410000

Plastering work

45420000

Joinery and carpentry installation work

45430000

Floor and wall covering work

45440000

Painting and glazing work

45450000

Other building completion work

45451000

Decoration work

50000000

Repair and maintenance services

50700000

Repair and maintenance services of building installations

50712000

Repair and maintenance services of mechanical building installations

50800000

Miscellaneous repair and maintenance services

51100000

Installation services of electrical and mechanical equipment

51120000

Installation services of mechanical equipment

71200000

Architectural and related services

71300000

Engineering services

71314000

Energy and related services

71321000

Engineering design services for mechanical and electrical installations for buildings

71325000

Foundation-design services

71333000

Mechanical engineering services

71334000

Mechanical and electrical engineering services

71500000

Construction-related services

90650000

Asbestos removal services

9331000

Solar panels

9331200

Solar photovoltaic modules

9332000

Solar installation


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Given that the framework will operate on a 12 month auto-renewal basis, with suppliers having the option to update prices each year (thus maintaining currency) and new supplier able to join (thus avoiding a closed shop) it is envisaged that the framework will run in excess of 4 years.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-031367

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

17 January 2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

20 January 2025

Local time

9:00am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

Any publicly funded organisation and or contracting authority in the United Kingdom as defined by the Public Contracts Regulations 2015 and or the Public Contracts Directive 2014 including but not limited to any central government department, agency, devolved administration and or national/non-departmental public body or any local authority, unitary authority, or subsidiary or joint-venture vehicle of a local or unitary authority, or any arms-length management organisation or council owned company, or any school, college, university, education trust or authority, or any transport authority or service provider, or any health authority, council, board or trust, or any police, fire, rescue or emergency service, or any housing association, registered social landlord or tenant management organisation or any registered charity may access B2G frameworks or DPS as a Buyer, as may any private sector organisation, particularly those established by public sector organisations to deliver public services.

B2G are tendering and managing this framework on behalf of Gold Hill HA t/a Gold Hill Care (https://goldhillcare.org.uk).

For more information and/or a copy of the ITT please contact tenders [at] b2g.services.

VI.4) Procedures for review

VI.4.1) Review body

THE HIGH COURT

LONDON

Country

United Kingdom