Works - 492015-2020

16/10/2020    S202

United Kingdom-Chalfont St Peter: Construction work

2020/S 202-492015

Contract notice

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.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: www.b2g.services/B2G-MW20
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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 will be 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. Regional specialists who prefer to focus on specific regions and or work-types should await MW21, which will follow shortly and better suit their needs. In creating two separate frameworks we seek to support government guidelines regarding unfair competition by avoiding pitching suppliers of unequal scale and resource against one another. Consequently we do not anticipate suppliers bidding for both frameworks.

II.1.5)Estimated total value
Value excluding VAT: 500 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
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 B2G framework will be suited to buyers 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.

Suppliers must therefore be 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 co-ordinate 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, which we envisage awarding in December 2020, with review after 2 years which we envisage being December 2022.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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 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
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 180-435797
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 20/11/2020
Local time: 09:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 20/11/2020
Local time: 09:00
Information about authorised persons and opening procedure:

Any changes to timing will be advised to all who have received ITT documents, and published on b2g.services

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

The framework will be accessible to all public sector and publicly funded bodies including but not limited to housing associations, local authorities, central government departments and agencies, NHS organisations and other health and social care providers, police and emergency services, schools, academies, colleges and universities, sports and leisure facilities, libraries, museums and other community buildings and facilities, and registered charities. The framework will also be accessible to private sector organisations, particularly those established by public sector organisations to deliver public sector 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:
12/10/2020