Award

B2G Framework: The supply and installation of external window and door sets, and all associated works, supplies and services

GOLD HILL CARE

This public procurement record has 3 releases in its history.

Award

01 Jun 2022 at 13:08

Tender

23 Jan 2022 at 20:12

Planning

22 Oct 2021 at 13:15

Summary of the contracting process

The procurement process involves Gold Hill Care, based in Chalfont St Peter, UK, appointing B2G to manage a framework for the supply and installation of external window and door sets, as well as associated works, within the public sector. This tender, classified under the CPV code for installation of doors and windows, is currently in the award stage following its completion on June 1, 2022. This framework allows UK contracting authorities from various sectors—including local authorities, health services, and educational institutions—to utilise its services and is structured to facilitate direct awards or mini-competitions depending on individual project needs.

This opportunity is ideal for SMEs that specialise in the supply and installation of windows and doors, particularly those with experience in materials such as PVC-U, aluminium, and timber. Companies that can meet the framework's requirements will have the advantage of engaging in contracts that may vary based on the scale and specific needs of contracting authorities across the UK. With an active procurement method that allows for the appointment of additional suppliers, this framework is designed to support growth and innovation in the public procurement space.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

B2G Framework: The supply and installation of external window and door sets, and all associated works, supplies and services

Notice Description

This framework is designed to help any UK contracting authority wishing to procure the new or continued services of a system supplier to supply and install PVC-U, Aluminium and/or Timber-frame window and door sets, and all associated works, supplies and services, for both residential and non-residential property. In managing the replacement programmes it is expected that GRP/steel/communal entrance door sets may also be supplied or installed as part of the associated works, supplies and services, with specialists sub-contracted by the suppliers appointed to this framework to deliver those aspects of a contract. B2G is managing the framework on behalf of GHC, and all communication should be directed to B2G.

Lot Information

Lot 1

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 to any Supplier.

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, 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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ef10
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015354-2022
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45300000 - Building installation work

45400000 - Building completion work

45421100 - Installation of doors and windows and related components

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Jun 20223 years ago
Submission Deadline
28 Feb 2022Expired
Future Notice Date
1 Dec 2021Expired
Award Date
31 May 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
GOLD HILL CARE
Additional Buyers

B2G LTD

GHHA

Contact Name
Framework managed for GHC by B2G, nigel williams
Contact Email
info@b2g.services, tenders@b2g.services
Contact Phone
+44 3337721304

Buyer Location

Locality
CHALFONT ST PETER
Postcode
SL9 9EB
Post Town
Slough
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ13 Buckinghamshire
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Buckinghamshire
Electoral Ward
Chalfont St Peter
Westminster Constituency
Chesham and Amersham

Supplier Information

Number of Suppliers
4
Supplier Names

HAZLEMERE WINDOW

SIDEY SOLUTIONS

SOVEREIGN GROUP

THE WINDOW COMPANY (CONTRACTS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02ef10-2022-06-01T14:08:48+01:00",
    "date": "2022-06-01T14:08:48+01:00",
    "ocid": "ocds-h6vhtk-02ef10",
    "description": "Gold Hill Care has appointed B2G to manage frameworks that help contracting authorities across the UK to build and maintain property and, in so doing, deliver commercial and social value. This framework may be used by any publicly funded organisation and or contracting authority anywhere in the UK 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, registered charity or private sector organisation established by a public sector organisation to deliver public services.",
    "initiationType": "tender",
    "tender": {
        "id": "B2G EWD22",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "B2G Framework: The supply and installation of external window and door sets, and all associated works, supplies and services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45421100",
            "description": "Installation of doors and windows and related components"
        },
        "mainProcurementCategory": "works",
        "description": "This framework is designed to help any UK contracting authority wishing to procure the new or continued services of a system supplier to supply and install PVC-U, Aluminium and/or Timber-frame window and door sets, and all associated works, supplies and services, for both residential and non-residential property. In managing the replacement programmes it is expected that GRP/steel/communal entrance door sets may also be supplied or installed as part of the associated works, supplies and services, with specialists sub-contracted by the suppliers appointed to this framework to deliver those aspects of a contract. B2G is managing the framework on behalf of GHC, and all communication should be directed to B2G.",
        "lots": [
            {
                "id": "1",
                "description": "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 to any Supplier.",
                "status": "cancelled",
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "options": {
                    "description": "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, 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."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKG"
                    },
                    {
                        "region": "UKH"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Contracts may be delivered on any properties owned and/or managed by the contracting authority."
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-12-01T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "periodRationale": "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."
            }
        },
        "tenderPeriod": {
            "endDate": "2022-02-28T23:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2022-03-01T09:00:00Z"
        },
        "bidOpening": {
            "date": "2022-03-01T09:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-32575",
            "name": "B2G LTD",
            "identifier": {
                "legalName": "B2G LTD"
            },
            "address": {
                "streetAddress": "Lilac House Chapel End",
                "locality": "CHALFONT ST PETER",
                "region": "UKJ13",
                "postalCode": "SL99EB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "nigel williams",
                "telephone": "+44 3337721304",
                "email": "tenders@b2g.services"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.b2g.services",
                "buyerProfile": "http://www.b2g.services/frameworks",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-41680",
            "name": "GHHA",
            "identifier": {
                "legalName": "GHHA"
            },
            "address": {
                "locality": "CHALFONT ST PETER",
                "region": "UK",
                "postalCode": "SL9 9DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "tenders@b2g.services",
                "url": "https://www.b2g.services/frameworks/dw"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.b2g.services",
                "buyerProfile": "http://www.b2g.services/frameworks",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-41681",
            "name": "The Supreme Court",
            "identifier": {
                "legalName": "The Supreme Court"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-51700",
            "name": "GOLD HILL CARE",
            "identifier": {
                "legalName": "GOLD HILL CARE"
            },
            "address": {
                "locality": "CHALFONT ST PETER",
                "region": "UKJ13",
                "postalCode": "SL9 9RF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Framework managed for GHC by B2G",
                "telephone": "+44 3337721304",
                "email": "info@b2g.services"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.b2g.services",
                "buyerProfile": "http://www.b2g.services/frameworks",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-54515",
            "name": "HAZLEMERE WINDOW COMPANY LTD",
            "identifier": {
                "legalName": "HAZLEMERE WINDOW COMPANY LTD"
            },
            "address": {
                "locality": "HIGH WYCOMBE",
                "region": "UK",
                "postalCode": "HP12 3PR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-54516",
            "name": "SIDEY SOLUTIONS LTD",
            "identifier": {
                "legalName": "SIDEY SOLUTIONS LTD"
            },
            "address": {
                "locality": "PERTH",
                "region": "UK",
                "postalCode": "PH1 2AX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-54517",
            "name": "SOVEREIGN GROUP LIMITED",
            "identifier": {
                "legalName": "SOVEREIGN GROUP LIMITED"
            },
            "address": {
                "locality": "NELSON",
                "region": "UK",
                "postalCode": "BB9 0TA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-54518",
            "name": "THE WINDOW COMPANY (CONTRACTS) LIMITED",
            "identifier": {
                "legalName": "THE WINDOW COMPANY (CONTRACTS) LIMITED"
            },
            "address": {
                "locality": "CHELMSFORD",
                "region": "UK",
                "postalCode": "CM2 9SG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-51700",
        "name": "GOLD HILL CARE"
    },
    "language": "en",
    "awards": [
        {
            "id": "015354-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-54515",
                    "name": "HAZLEMERE WINDOW COMPANY LTD"
                },
                {
                    "id": "GB-FTS-54516",
                    "name": "SIDEY SOLUTIONS LTD"
                },
                {
                    "id": "GB-FTS-54517",
                    "name": "SOVEREIGN GROUP LIMITED"
                },
                {
                    "id": "GB-FTS-54518",
                    "name": "THE WINDOW COMPANY (CONTRACTS) LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "015354-2022-1",
            "awardID": "015354-2022-1",
            "status": "active",
            "dateSigned": "2022-06-01T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 1000,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 100000000,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 1000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 100000000,
                "currency": "GBP"
            }
        ]
    }
}