Section one: Contracting authority
one.1) Name and addresses
Fusion21 Members Consortium
2 Puma Court, Kings Business Park, Kings Drive
Prescot
L34 1PJ
Contact
Paul Towers
Telephone
+44 8453082321
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://fusion21.ukp.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://fusion21.ukp.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
An association formed by one or more bodies governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fusion21 Decarbonisation Framework
two.1.2) Main CPV code
- 45321000 - Thermal insulation work
two.1.3) Type of contract
Works
two.1.4) Short description
Provision of decarbonisation works and services for use by current and prospective Members. The Framework is split into two Lots:
Lot 1 - Whole House Decarbonisation
Lot 2 - Decarbonisation of Public and Education Buildings
This procurement exercise is inviting tenders from all interested companies who meet the criteria set out in the tender documentation for the Lots they wish to bid for, this includes PAS2030 accreditation (Lot 1) and a commitment to achieve PAS2038 accreditation (Lot 2).
Full requirements of accreditation criteria are set out in the Qualification Questionnaire (Common Assessment standard question set)
two.1.5) Estimated total value
Value excluding VAT: £1,500,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Whole House Decarbonisation
Lot No
1
two.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 09331100 - Solar collectors for heat production
- 09331200 - Solar photovoltaic modules
- 31527260 - Lighting systems
- 31610000 - Electrical equipment for engines and vehicles
- 45100000 - Site preparation work
- 45210000 - Building construction work
- 45211310 - Bathrooms construction work
- 45232141 - Heating works
- 45260000 - Roof works and other special trade construction works
- 45261211 - Roof-tiling work
- 45261410 - Roof insulation work
- 45300000 - Building installation work
- 45315300 - Electricity supply installations
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45400000 - Building completion work
- 45421100 - Installation of doors and windows and related components
- 45421151 - Installation of fitted kitchens
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Works and services to domestic dwellings, including but not limited to design and planning, retrofit coordination to PAS2035:2023 standards. Fabric measures including but limited to solid wall insulation, cavity & loft insulation, room in roof insulation, under floor insulation, draught proofing and airtightness. Ventilation systems and MVHR, renewable energy systems - solar photovoltaics and battery storage systems, air/ground source heating, heat networks, metering and monitoring, solar thermal systems and heating controls, plus whole house refurbishment works for both internal and external components, roofing, facias & soffits, windows & doors, kitchen and bathroom replacements
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
It is a mandatory requirement for Bidders or their nominated supply partner(s) to have as a minimum PAS2030:2019 accreditation and be in the process of assessment for PAS2030:2023 accreditation
two.2) Description
two.2.1) Title
Decarbonisation of Public and Educational Buildings
Lot No
2
two.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 09331200 - Solar photovoltaic modules
- 31527260 - Lighting systems
- 31610000 - Electrical equipment for engines and vehicles
- 45100000 - Site preparation work
- 45210000 - Building construction work
- 45232141 - Heating works
- 45260000 - Roof works and other special trade construction works
- 45261211 - Roof-tiling work
- 45261410 - Roof insulation work
- 45300000 - Building installation work
- 45315300 - Electricity supply installations
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45400000 - Building completion work
- 45421130 - Installation of doors and windows
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Works and services to non-domestic buildings - including but not limited to pre-construction activities, design and planning, RIBA stages 0-7 to PAS2038:2021 standards. Fabric improvement measures, insulation systems, facades balconies, windows & doors, renewable energy systems, solar photovoltaic and battery storage systems, air/ground source heat pumps, district heat networks, hot water storage and controls, metering, and monitoring, BMS, LED lighting. Building improvements/refurbishment, including roofing
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
It is a mandatory requirement for Bidders or their nominated supply partner(s) to have PAS2038:2021 accreditation or be in the process of working towards PAS2038:2021 accreditation
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Minimum turnover requirement of 20M
Minimum insurance requirements:
All Lots Public Liability - 5M
All Lots Employers Liability 10M
All Lots Professional Liability 1M
All Lots Product Liability 10M
Financial viability of each organisation by assessing recent trends in profitability and a return on assets; long-term solvency and stability; and short-term solvency and liquidity. The assessment may include information provided by an independent expert credit reference agency such as Dun & Bradstreet and financial statements from Companies House. Accounts and financial information will be examined by suitably experienced and qualified people who will make the recommendation as to the financial status of the tenderer. Tenderers will be assessed against the following criteria:
Low Risk - No or minor concerns identified - Pass
Medium Risk - Some concerns identified - Pass
High Risk - Major financial risks identified where a tenderer shows little sign of current financial stability or improvement, and leading to concerns that the tenderer may not complete the contract because of financial difficulties - Fail
three.1.3) Technical and professional ability
List and brief description of selection criteria
Mandatory qualifications or memberships;
Lot 1 - PAS2030, Trustmark, Microgeneration Certification Scheme (“MCS”) for Heat Pumps, Microgeneration Certification Scheme (“MCS”) for Solar Photovoltaic Systems, Microgeneration Certification Scheme (MCS) – Solar Thermal
Lot 2 - PAS2038 (or evidence of working towards accreditation), Microgeneration Certification Scheme (“MCS”) for Heat Pumps, Microgeneration Certification Scheme (“MCS”) for Solar Photovoltaic Systems, Microgeneration Certification Scheme (MCS) – Solar Thermal
Bidders should have suitable experience of undertaking works of a similar nature which should be evidenced within the responses to the technical questions.
Bidders are not required to provide details of past contracts or references as part of the selection stage or as part of the conditions of participation
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Framework suppliers will be required to deliver social value outcomes through the delivery of call-off contracts accordance with Clause 24 of the framework agreement.
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
Envisaged maximum number of participants to the framework agreement: 15
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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: 2024/S 000-036432
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 February 2025
Local time
12:00pm
Place
Virtual/Online at Puma Court, Kings Drive, Kings Business Park, Prescot, L24 1PJ
Information about authorised persons and opening procedure
Fusion21 Staff and Members
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The permissible users able to access this framework can be clearly identified via the following link: https://www.fusion21.co.uk/permissible-users
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Refer to Chapter 6 of The Public Contracts Regulations 2015.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom