B2G MWX
Minor Works
& all associated works, goods & services
B2G MWX
Minor Works
& all associated works, goods & services
Open framework. 1% levy. Direct award. Compliant build. Price verification. Simple process.
This is an open framework for use by contracting authorities across the UK to procure one-off projects, programmes or term contracts related to the delivery of planned and/or responsive minor works in the construction, repair, maintenance and improvement of both housing and non-housing.
Key features:
Compliant - frameworks tendered and managed in accordance with PCR 2015
Comprehensive - covers all planned and responsive works, including energy efficiency & fire prevention
1% levy - no other hidden charges, eg. no access fees, no annual fees, no project registration fees
Direct award - go straight to contract with any supplier
'Anywhere' - for use by any contracting authority, anywhere in the UK
'Anything' – for use with housing or non-housing, single or multi-site projects, programmes and term contracts
Fully adjustable weighting - pre-set at 50/50 quality/price
Simple process - from tender to project registration to delivery
Price checks - supplier quotes market tested to assure 'value for money'
Projects monitored to completion, to help assure they are delivered on time, spec and budget
So if you want the budget spent on the property, not the procurement, B2G offers a compliant, cost effective route to clients who know what’s needed (eg. continuity of service, repetition of a successful formula, or capitalisation of time already invested planning/surveying etc) and need to get going.
Buyers: please contact us for more information and/or download the project registration form from this website.
assures compliance and build quality
Asset Class:
Suppliers may be required to deliver projects in respect of all types of property including but not limited to residential, administrative, educational, health, storage, technical, industrial, agricultural, commercial, retail, leisure and communal property.
Project Size:
Suppliers may be required to deliver single-site or multi-site projects, programmes and term contracts.
Work Type:
Suppliers may be required to deliver works, supplies and or services in the construction, repair, maintenance and improvement of whole properties or elements thereof including but not limited to roofing, insulation, windows, doors, fire safety, kitchens, bathrooms, plant & infrastructure, mechanical & electrical engineering & services, heating & plumbing, RE technology, energy works & services, painting, decorating, adaptations, scaffolding, groundworks, drainage, landscaping, demolition, security, cleaning, asbestos removal, and waste collection and disposal, and all associated works, supplies and or services.
For more details about the specification, which also addresses project control and on-site performance as well as applicable Codes of Practice, please contact a member of the B2G team or our appointed suppliers.
B2G MWX is a single lot framework covering all parts of the UK, within which each Supplier can designate (and update) their active regions and preferred project value ceilings and floors.
no arbitrary borders
Supplier nominate the regions where they are active, and may update their 'active regions' within the 'lot' at any time over the framework term. This allows Buyers to restrict invitations to Suppliers who are 'active' in region/s where services will be delivered, and Suppliers to decline Buyer invitations to deliver services in regions where the Supplier is not 'active'. Notwithstanding those options, Buyers retain the right to invite and contract with any Supplier to deliver services anywhere in the 'lot' (i.e. the UK), and Suppliers retain the right to deliver services for any Buyer anywhere in the 'lot' (ie. the UK). So both Buyers and Suppliers enjoy optimum choice at all times.
no arbitrary value bands
Supplier also set their own project ceiling and floor values, which they can update at any time over the framework term. This allows Suppliers to limit their participation and exposure to projects suited to their scale. Equally, Buyers avoid having to 'choose a band', and need only invite Suppliers whose preferences match the anticipated value of the call off project. Moreover, during the framework tender this also allows B2G to base its Financial Due Diligence on each Supplier's ceiling value, rather than an arbitrary value, thus ensuring that Suppliers are not excluded unnecessarily.
This innovative approach delivers optimum procurement efficiency and minimum carbon footprint to the benefit of all parties.
Suppliers
Aspect Group Services (# 2529333)
BPM Contracting Services (# 05426784)
Ensigna Construction (# 05771179)
Etec Contract Services (# 05392794)
M & J Group (# 01371473)
Maguire Bros (# 11726156)
Re-Gen (UK) (# 8534898)
community benefit comes as standard
As a requirement for being appointed to the framework every bidder confirmed their willingness to deliver all the measures set out in the Considerate Constructors Scheme's Social Value Checklist which, depending on the size and nature of the Project and the needs of the local community, might include:
Local employment
Full & part time; apprenticeships; work experience
Supply chain
Local sub-contractors, suppliers, social enterprises, NGOs & charities
Supplies & equipment
Locally manufactured; reused or recycled; or sustainably sourced
Community engagement
Educational (eg. engaging with local schools & colleges etc); social (eg. engaging with local clubs & charities etc); or environmental (eg. litter patrol & work parties etc)
flexible and efficient
Buyers can direct award any supplier confident they will deliver to a quality that meets or exceeds all regulations and standards, at a competitive price, and in full support of the Public Services (Social Value) Act 2012, thus generating both commercial AND social value - embodying the principles of MEAT.
Registration
The Buyer registers the project with B2G - document can be downloaded from this website
Procedure
The Buyer has three options, and may apply their own criteria or weightings, subject to ensuring that any action taken is transparent, non-discriminatory and fair.
Direct award:
Direct Award to a Supplier, who assigns the project to one of their approved contractors who is registered on the B2G DPS.
Direct award & Mini-Competition:
Direct Award to a Supplier, in tandem with a mini-competition between a shortlist of the Supplier's approved contractors registered on the B2G DPS.
Mini Competition:
Mini Competition between Suppliers, each bid comprising a Supplier and their nominee approved contractor who is registered on the B2G DPS.
Assignment
In each case, if a significant part of the Project is to be delivered by their approved contractor registered on the B2G DPS, then the Project may be assigned to their approved contractor (the Assignee) and the Buyer then contracts directly with the Assignee to deliver those works, supplies and or services, compliant with the specification, standards and regulations set out in the framework documents.
Contract
The Buyer can use their preferred form of contract, which may be one of the JCT/SBCC, NEC or PPC/FAC/TAC suites of contracts or the Buyer’s modified version, or any other standard form of contract or Pre-Contract Service Agreements (PCSA) used by the construction industry.
Delivery
The project is delivered according to the agreed KPIs and terms and - for the avoidance of doubt, whether self-performed or assigned - compliant with the specification, standards and regulations set out in the framework documents. B2G monitors the project.
Price increases
Price increases (including for materials) can be applied in line with either BCIS (Building Cost Information Service) or RPI (Retail Price Index) or CPI (Consumer Price Index) using ONS (Office of National Statistics) data and applying the Framework’s month of launch as the base index.
Official publication numbers
PIN: FTS ref# 2024/S 000-031367
CN: FTS ref# 2024/S 000-036345
CAN: FTS ref# 2025/S 000-003935
Title
Minor Works and all associated works, supplies and services
Code
B2G MWX
Start date
6 Feb 2025
Term
12 months, auto-renewable, until B2G serves notice
CPV
Main:
45000000 Construction work;
Additional:
09331000 Solar panels
09331200 Solar photovoltaic modules
09332000 Solar installation
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
39715300 Plumbing equipment
42512300 HVAC packages
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
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
NUTS
UK - United Kingdom
Value
£200m per annum
Weighting
50% Quality / 50% Price - fully adjustable by client at call-off
Cost
A levy of 1% is payable on all call off project invoices. There are no other management fees.
Contracting Authority
Gold Hill Housing Association (National registration # IP17437R)
Framework Manager
B2G Ltd for and on behalf of GHHA (Company registration # 12271806)
Buyer eligibility
Any publicly funded organisation and or contracting authority in the United Kingdom 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 may access B2G frameworks and dynamic purchasing systems as a Buyer, as may any private sector organisation, particularly those established by public sector organisations to deliver public services.
Participation
47 contractors responded to the PIN;
35 contractors responded to the Contract Notice;
10 bids were received on or before midnight of 17 January 2025. No late submissions were received.
Evaluation
Our objective was to assure competent suppliers and competitive rates. Each section of the bid document was scored separately, and weighted as follows:
Standard Questions
This section is pass/fail. Standard Questions were based on PAS91 & ESPD format, covering company and financial standing, the latter evaluation based on financial accounts and insurance certificates submitted with each bid, and full independent financial reports from Veriphy, including current credit status, with emphasis placed on proven sustained profitability and a positive current ratio. Nevertheless, and for the avoidance of doubt, since our check only relates to each Bidder's financial standing at the time of the evaluation, buying authorities are responsible for carrying out their own due diligence for each call off project.
Social Value
This section is pass/fail. Social Value support by all bidders was confirmed across four categories of measures (in accordance with the Social Value Checklist developed by the Considerate Constructors Scheme) covering local employment, supply chain, supplies and equipment, and community engagement.
Quality
This section was weighted 50%. The objective was to assure competency and proven experience, with a focus on third party certification and project references. Because each bidder was presenting 6 projects undertaken for different buyers, it was unfair to score bids against one another, as one cannot benchmark how 6 referees might each differentiate between 'good' and 'excellent and score it as a mark out of 10. Nor did we feel that adds value to the process. Instead we focused on asking each referee to confirm their project was delivered to the client's satisfaction, and the client would be happy to contract that bidder again. We felt it was far more important that future clients would be assured that every Supplier we appoint has a track record of delivering quality. Consequently, top rank is shared by all Suppliers whose referees were willing to attest to this.
Price
This section was weighted 50%. We adhere to the principles of the UK.gov 'Should Cost Model', with a focus on achieving competitive sustainable pricing and avoiding a race to the bottom. Bidders submit OHP% and standard service item costs. We evaluate each line item separately, and rather than ranking an arbitrary basket of rates, or ranking the price for hypothetical projects loaded with contingency, we seek to ensure bidders are submitting consistently comparable 'market rates' to their peers. Bids may be excluded if their rates are consistently and significantly higher (and thus deemed 'uncompetitive') or consistently and significantly lower (and thus deemed 'unfeasible') than any other bid. Top rank is shared by all Suppliers not excluded by the above criteria.
Award
Pursuant to Clause 87 of the Public Contracts Regulations 2015 a preliminary award notice was issued to 10 bidders on 27 January 2025. In the case of 1 bidder the award was provisional pending receipt of outstanding third party references.
Standstill
Pursuant to Clause 87 of the Public Contracts Regulations 2015 a period of standstill ran through to midnight at the end of 6 February 2025. during this time the outstanding references chased and received, thus ensuring the provisional status of the 1 award could be removed. No challenges were received, and consequently an Award Confirmation were sent to all bidder, and the Contract Award Notice (CAN) was released for publication on FTS on 6 February 2025.