Section one: Contracting authority
one.1) Name and addresses
GHHA
CHALFONT ST PETER
SL9 9DF
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
http://www.b2g.services/frameworks
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
http://www.b2g.services/frameworks/vs
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
B2G Framework: Voids services, and all associated works, supplies and services
Reference number
B2G VS22
two.1.2) Main CPV code
- 70330000 - Property management services of real estate on a fee or contract basis
two.1.3) Type of contract
Services
two.1.4) Short description
Gold Hill Housing Association has appointed B2G to run frameworks that help contracting authorities across the UK to build and maintain property and, in so doing, deliver commercial and social value.
This framework is designed to help any UK contracting authority wishing to procure the services of a single supplier with the capability to manage all aspects of the clearance, cleaning, maintenance and protection of vacant property within their stock.
Suppliers must therefore be able to offer a contracting authority a comprehensive all-in-one service comprising property clearance, cleaning and protection services together with a call centre facility capable of offering both business and out-of-hours service to co-ordinate all of the above.
Suppliers who specialise in any individual discipline (eg. clearance, cleaning or protection etc) are best suited being sub-contracted by the suppliers appointed to this framework to deliver those aspects of a contract
Following conversations with those who expressed interest in the PIN, the framework's remit has been extended.
Suppliers wishing to tender are requested to email tenders@b2g.services
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
- 45111200 - Site preparation and clearance work
- 71421000 - Landscape gardening services
- 79512000 - Call centre
- 79710000 - Security services
- 90510000 - Refuse disposal and treatment
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90910000 - Cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Services may be undertaken on any properties owned and/or managed by the contracting authority.
two.2.4) Description of the procurement
Contracts will vary depending on the scale and requirement of each contracting authority. Buyers will have the option to run a mini competition or direct award any contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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
The Framework Agreement will commence on the date of the initial Contract Award Notice and continue for an initial Term of 12 months and then automatically renew for subsequent periods of the same length as the initial Term on a continual basis until such time as B2G gives the other parties written notice of termination at least three months prior to expiration of that current Term, which B2G shall determine at its sole discretion.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
1. Price Updates: Prior to each renewal date all appointed Suppliers will have the option to submit updated prices for some or all items. B2G will then calculate and issue the updated prices to apply to all Projects registered during the new Term, applying a Should Cost Modelling approach to calculate the new prices, and using a combination of all updated prices submitted to B2G by the appointed Suppliers and, for each appointed Supplier who fails to submit new prices to B2G, applying an uplift using a facility chosen by B2G from those listed in the Framework Terms.
2. Additional Suppliers: Being an open framework agreement, and as clearly stated in the Framework Terms, at any time after the date of the initial Contract Award Notice additional Suppliers may be appointed and become party to the Framework Agreement, subject to the additional Supplier having submitted a Bid that has been evaluated and awarded by B2G in accordance with the same evaluation criteria and terms set out in the Framework Documents, with their appointment taking effect from the date of publication by B2G of a modification notice on an official journal.
3. Active regions and contract values: Suppliers specify the sub-regions within the lot in which they are active, and their preferred contract value ceiling and floor (per annum). Whilst buyers retain the right to appoint any supplier for any contract, they may also opt to only invite suppliers whose regional and financial choices match the project. Suppliers may also decline invitations to deliver projects outside their active regions. In this way carbon footprint in minimised, procurement efficiency is optimised, and choice maximised.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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:
The Framework has an initial Term of twelve months and then automatically renews for subsequent periods of twelves months on a continual basis until such time as B2G gives the other parties written notice of termination .
The framework will not, of course, be renewed if it is not being actively used by contracting authorities to call off projects, or if there is drastic change in legislation.
However two particular attributes give B2G's 'dynamic open framework' format both longevity and currency:
Firstly, the ability to appoint additional suppliers (subject to meeting the same stringent standards) enable B2G frameworks to accommodate new and innovative suppliers, and withstand supply chain turbulence; and
Secondly, the ability to review and adjust prices annually in tandem with application of Should Cost Modelling ensure B2G framework prices remain both competitive and current, and withstand market turbulence.
Consequently this framework is likely to provide contracting authorities with a competitive and current procurement route well beyond 4 years.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-030807
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 February 2022
Local time
11:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
1 March 2022
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Supreme Court
London
Country
United Kingdom