Construction Contract Leads
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 11th Nov 2024
Reference | ocds-h6vhtk-04a49b |
Common Procurement Vocabulary | Construction work |
Procurement Method | Open procedure |
Value | £200,000,000 |
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 11th Nov 2024
Reference | ocds-h6vhtk-04a49b |
Common Procurement Vocabulary | Construction work |
Procurement Method | Open procedure |
Value | £200,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Gold Hill HA (B2G)
GERRARDS CROSS
SL9 9RF
tenders [at] b2g.services
Telephone
+44 7775584411
Country
United Kingdom
NUTS code
UKJ13 - Buckinghamshire CC
Mutuals Public Register
IP17437R
Internet address(es)
Main address
Buyer's address
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