Tender

Fusion21 Decarbonisation Framework

  • Fusion21 Members Consortium

F02: Contract notice

Notice identifier: 2025/S 000-001058

Procurement identifier (OCID): ocds-h6vhtk-04b57d

Published 13 January 2025, 3:27pm



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

Email

tenders@fusion21.co.uk

Telephone

+44 8453082321

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.fusion21.co.uk

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