We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Works - 177168-2021

09/04/2021    S69

United Kingdom-Chalfont St Peter: Construction work

2021/S 069-177168

Contract award notice

Results of the procurement procedure

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Gold Hill Housing Association
National registration number: IP17437R
Postal address: Rock House
Town: Chalfont St Peter
NUTS code: UK United Kingdom
Postal code: SL9 9DF
Country: United Kingdom
E-mail: tenders@b2g.services
Telephone: +44 3337721304
Internet address(es):
Main address: www.goldhillcare.org.uk
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

B2G Minor Works — England

Reference number: B2G MW 20
II.1.2)Main CPV code
45000000 Construction work
II.1.3)Type of contract
Works
II.1.4)Short description:

B2G is acting on behalf of GHHA, and all communication regarding the framework should be directed to B2G (tenders@b2g.services). This is a national framework agreement for use by contracting authorities across England to call off both single and multi-site minor works projects in relation to the planned and reactive repair, maintenance and improvement of both housing and non-housing property. This framework, MW20, is suited to principal contractors with national scale and multi-discipline capability. It runs in parallel with MW21 which is suited to regional specialists who prefer to focus on specific regions and or work-types. In creating two separate frameworks B2G is supporting government guidelines re unfair competition by avoiding pitching suppliers of unequal scale and resource against one another.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 500 000 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
45300000 Building installation work
45400000 Building completion work
45260000 Roof works and other special trade construction works
II.2.3)Place of performance
NUTS code: UKC North East (England)
NUTS code: UKD North West (England)
NUTS code: UKE Yorkshire and the Humber
NUTS code: UKF East Midlands (England)
NUTS code: UKG West Midlands (England)
NUTS code: UKH East of England
NUTS code: UKI London
NUTS code: UKJ South East (England)
NUTS code: UKK South West (England)
Main site or place of performance:

Sites may be throughout England,

II.2.4)Description of the procurement:

The framework will suit contracting authorities who appreciate the continuity of a working relationship with a principal contractor to manage projects irrespective of scale, complexity or geographic spread. It consists of a single lot – England – and we anticipate the framework being used by buyers for a wide range and type of call off project, from single site to multi-site, and both one-off and term-based contracts.

Consequently the appointed supplier is an experienced principal contractors with national scale and:

— proven capability of managing and delivering all forms of building upgrade and associated works and services including thermal upgrades, roofing upgrades, kitchen and bathroom replacements, window and door replacements, disability adaptations and cyclical decoration and repairs,

— proven capability and capacity to coordinate and deliver complex, concurrent multi-site projects across England with a wide range of values above the threshold including those with a minimum of GBP 5 million+,

— proven capability of managing projects on both housing and non-housing asset types which may include residential, flats, sheltered and shared accommodation, administrative, educational, health, storage, technical, industrial, agricultural, commercial, retail, leisure and communal property owned or managed by the contracting authority.

This will be a 4-year framework.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

We will only appoint suppliers who are fully committed to optimising economic, social and environmental outputs of every Project as per The Public Services (Social Value) Act 2012.

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
IV.1.8)Information about the 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: 2020/S 202-492015
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Title:

B2G Minor Works — England

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
06/04/2021
V.2.2)Information about tenders
Number of tenders received: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Fortem Solutions Ltd
National registration number: 04638969
Postal address: Suite 201 the Spirella Building Bridge Road
Town: Letchworth Garden City
NUTS code: UK United Kingdom
Postal code: SG6 4ET
Country: United Kingdom
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: 500 000 000.00 GBP
Total value of the contract/lot: 500 000 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

The framework will be accessible to any publicly funded organisation and or contracting authority in England as defined by the Public Contracts Regulations 2015 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, or any private sector organisation, particularly those established by public sector organisations to deliver public services.

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of England and Wales
Town: London
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Official name: B2G Ltd
Town: Chalfont St Peter
Postal code: SL9 9EB
Country: United Kingdom
E-mail: tenders@b2g.services
Telephone: +44 3337721304
Internet address: www.b2g.services
VI.5)Date of dispatch of this notice:
06/04/2021