- Scope of the procurement
- Lot 1 - Multidisciplinary Consultancy Services, PM and Lead Consultant. Multidisciplinary Consultancy Services, PM and Lead Consultant
- Lot 2 - Stock Monitoring and Appraisal. Stock Monitoring and Appraisal
- Lot 3 - Information Management (BIM). Information Management (BIM)
- Lot 4 - Architecture. Architecture
- Lot 5 - Fit-Out Consultancy. Fit-Out Consultancy
- Lot 6 - Heritage and Conservation. Heritage and Conservation
- Lot 7 - Structural and Civil Engineering. Structural and Civil Engineering
- Lot 8 - Building Engineering Services (M&E). Building Engineering Services (M&E)
- Lot 9 - Facilities Management Consultancy. Facilities Management Consultancy
- Lot 10 - CDM Principal Designer. CDM Principal Designer
- Lot 11 - Carbon Reduction and Sustainability. Carbon Reduction and Sustainability
- Lot 12 - Valuations. Valuations
- Lot 13 - Clerk of Works – Inspection Regime. Clerk of Works – Inspection Regime
- Lot 14 - Retrofit. Retrofit
- Lot 15 - BSA Principal Designer and Building Control. BSA Principal Designer and Building Control
Section one: Contracting authority
one.1) Name and addresses
Fusion21 Members Consortium
2 Puma Court, Kings Business Park
Prescot
L34 1PJ
Contact
Caroline Hopkins
caroline.hopkins@fusion21.co.uk
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
Construction Consultancy Services Framework
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Fusion21 is developing a Framework for the provision of a range of Construction Consultancy services that can be accessed by existing and future Fusion21 Members. The scope of the potential Lot structure covers a range of built environment related professional consultancy services. The proposed core lots are:
1. Multidisciplinary Consultancy Services, PM and Lead Consultant
2. Stock Monitoring and Appraisal
3. Information Management (BIM)
4. Architecture
5. Fit-Out Consultancy
6. Heritage and Conservation
7. Structural and Civil Engineering
8. Building Engineering Services (M&E)
9. Facilities Management Consultancy
10. CDM Principal Designer
11. Carbon Reduction and Sustainability
12. Valuations
13. Clerk of Works - Inspections Regime
14. Retrofit
15. BSA Principal Designer Duties and Building Control
The Tender will be run through a two-stage restricted process.
two.1.5) Estimated total value
Value excluding VAT: £175,000,000
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
Multidisciplinary Consultancy Services, PM and Lead Consultant
Lot No
1 - Multidisciplinary Consultancy Services, PM and Lead Consultant
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
- 71315300 - Building surveying services
- 71530000 - Construction consultancy services
- 72224000 - Project management consultancy services
- 73210000 - Research consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes project management, programme management preparatory surveys, feasibility reports, cost planning, control and reporting, lead consultant services, quantity surveying services, contract administration services, employer’s agent services, contract procurement and documentation, party wall surveys, obligations and agreements, compliance with planning and building regulations, building surveying services, clerk of works services, performance monitoring and reporting, risk management, project management services, programme planning, contract drafting and contract advice, fund monitoring, pre-acquisition surveys, schedules of dilapidations, insurance reinstatement cost assessment, defects diagnosis/building pathology, multi-disciplinary consultancy services, and carbon reduction plans in the procurement of major government contracts.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £55,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process.
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 be a Member of RICS and/or CIOB (Corporate and/or employee)
two.2) Description
two.2.1) Title
Stock Monitoring and Appraisal
Lot No
2 - Stock Monitoring and Appraisal
two.2.2) Additional CPV code(s)
- 71314300 - Energy-efficiency consultancy services
- 71315300 - Building surveying services
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes technical audits, stock condition surveys, non-traditional housing surveys and remedial works specification, business planning, dilapidation surveys, schedule of condition, SAP rating/NHER analysis and energy performance certificates (EPCs), air tightness surveys, decent home surveys and compliance, disability access audits, HHSRS surveys and reports, fire risk assessment, drone surveys, software support, database modelling, property archetype grouping and analysis, GIS integration, stock condition data and analysis, investment programme modelling, management information reporting, option appraisal modelling, creation of digital twin and compliance health checks.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £25,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 be a Member of RICS and/or CIOB (Corporate and/or employee)
two.2) Description
two.2.1) Title
Information Management (BIM)
Lot No
3 - Information Management (BIM)
two.2.2) Additional CPV code(s)
- 71315100 - Building-fabric consultancy services
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 71530000 - Construction consultancy services
- 72220000 - Systems and technical consultancy services
- 72224000 - Project management consultancy services
- 72266000 - Software consultancy services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes ISO19650, organisation up-skilling through knowledge transfer workshops, development of pre-project requirements, in-project consultancy roles, post-project support services, lead appointed party, BIM manager services, BIM coordinator services, 3D scan existing buildings (inside & outside) using LIDAR, drones, etc. to build up point cloud, building BIM models (min. Level 2) to facilitate the golden thread of information, overlaying fire and other related data (e.g., compartments, detection, equipment), hosting/providing a common data environment & BIM model and providing access to the member and authorised 3rd parties, training member staff in BIM, BIM model interrogation and reporting, BIM model auditing, creation of digital twin, advisory role data use and strategic planning activities, and organisational asset data maturity assessment.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £3,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 be a Member of RICS and/or CIOB (Corporate and/or employee)
two.2) Description
two.2.1) Title
Architecture
Lot No
4 - Architecture
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71251000 - Architectural and building-surveying services
- 71313420 - Environmental standards for construction
- 71315200 - Building consultancy services
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes RIBA Plan of Work 2020 services, building information modelling, sustainability, principal designer (CDM), contract administration services, employers agent services, architectural and drafting services, BREEAM assessments, master planning, planning application and appeal, feasibility reports, building information modelling, new build, alterations and extensions, penthouse extensions, hidden homes and infill sites, refurbishments, conversions, planning designs and applications, working details, as-built drawings, section 106 planning agreements, and building safety act 2022.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £6,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 be Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board
two.2) Description
two.2.1) Title
Fit-Out Consultancy
Lot No
5 - Fit-Out Consultancy
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 79932000 - Interior design services
- 79933000 - Design support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes strategic definition and preparation of brief, client awareness and staff development workshops, utilisation studies, workplace strategy, space strategy, ICT strategy, HR strategy, budget and cost requirements, concept design, detailed design, measured surveys, tendering, project coordination, and associated CAD/BIM services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £4,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 any combination of a Member of RICS and/or CIOB (Corporate and/or employee) or hold corporate and/or individual employee membership of the British Institute of Interior Design (BIID)
two.2) Description
two.2.1) Title
Heritage and Conservation
Lot No
6 - Heritage and Conservation
two.2.2) Additional CPV code(s)
- 71221000 - Architectural services for buildings
- 71251000 - Architectural and building-surveying services
- 71313420 - Environmental standards for construction
- 71315200 - Building consultancy services
- 71315300 - Building surveying services
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes RIBA Plan of Work 2020 services, BIM, sustainability (CDM), principal designer, contract administration services, employers agent services, planning and listed buildings consent, building control approvals, liaison with statutory and regulatory bodies, historic site analysis and assessment, significance assessment, conservation management planning, heritage master planning, conservation area appraisals, heritage planning advice, adaptation, restoration, protection and rehabilitation of monuments, buildings, groups of buildings and sites, grants and funding, archaeology, clerk of works, Landscape (including highways), Heritage Consultancy Services, Conservation Plans, Conservation Management Plans, Management and Maintenance Plans, Heritage Impact Assessments, Heritage Statements, Conservation Area Appraisals, Conservation Area Management Plans and Other Conservation / Heritage focused advisory reports and documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 be Members of RIBA (Corporate and/or employee) or member of RICS (with individual members accredited with RIBA SCA,CA,AABC or BCA)
two.2) Description
two.2.1) Title
Structural and Civil Engineering
Lot No
7 - Structural and Civil Engineering
two.2.2) Additional CPV code(s)
- 71250000 - Architectural, engineering and surveying services
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
- 71315200 - Building consultancy services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322100 - Quantity surveying services for civil engineering works
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes new build and refurbishment, pre-planning feasibility studies, structural design, building information modelling, sustainability, structural investigations and inspections, structural reports and advice, infrastructure engineering, site investigations, flood impact assessment, contaminated land investigation & risk assessment, contaminated land remediation, geo-environmental investigations, transport, highways works, drainage engineering, sustainable drainage systems, temporary works design, tall structures, specialist capability in historic and listed buildings and building safety case reports / structural assessments.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £8,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 Employees that are members of the Institute of Civil Engineers, the Institution of Structural Engineers and/or the Chartered Association of Building Engineers, or equivalent
two.2) Description
two.2.1) Title
Building Engineering Services (M&E)
Lot No
8 - Building Engineering Services (M&E)
two.2.2) Additional CPV code(s)
- 71250000 - Architectural, engineering and surveying services
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
- 71315200 - Building consultancy services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322100 - Quantity surveying services for civil engineering works
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes new build and refurbishment, design, sustainability, lead consultant services, building information modelling, plant audits, commissioning management, client training, commissioning systems, site surveys, feasibility studies, electronic permit to work, programming of works, electronic O & M documentation, heating ventilation air conditioning (HVAC) design and installation management, maintenance service management, communication lines, telephones and IT networks (ICT), fire detection and protection, lightning protection, high voltage (HV) and low voltage (LV) systems, distribution boards and switchgear, natural lighting, artificial lighting, and building facades, security and alarm systems, ventilation and refrigeration, water, drainage and plumbing, and building safety act 2022.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £8,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 employees that are members of the Chartered Institution of Building Services Engineers (CIBSE), the Institution of Engineering and Technology (IET), the Institution of Mechanical Engineers (IMechE)
two.2) Description
two.2.1) Title
Facilities Management Consultancy
Lot No
9 - Facilities Management Consultancy
two.2.2) Additional CPV code(s)
- 71315210 - Building services consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes strategic review, strategy development/options appraisal, stakeholder management, specification development, asset capture, FM procurement, soft landing, contract audit, service review/health check, benchmarking/soft market testing, interim contract support, FM advice, defects management, life cycle costing, energy advice, space planning, PFI/BSF consulting, and compliance auditing.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £8,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 be a Member of IWFM (Corporate and/or employee)
two.2) Description
two.2.1) Title
CDM Principal Designer
Lot No
10 - CDM Principal Designer
two.2.2) Additional CPV code(s)
- 71317210 - Health and safety consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes principal designer duties under the CDM Regulations 2015 (as may be superseded), health & safety audits, competency assessments, and accident investigation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £4,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 any combination from Lots 1, 4, 7 and 8 (Member of RICS and/or CIOB (Corporate and/or employee), Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board, Employees are members of the Institute of Civil Engineers, the Institution of Structural Engineers and/
two.2) Description
two.2.1) Title
Carbon Reduction and Sustainability
Lot No
11 - Carbon Reduction and Sustainability
two.2.2) Additional CPV code(s)
- 71313000 - Environmental engineering consultancy services
- 71313400 - Environmental impact assessment for construction
- 71313420 - Environmental standards for construction
- 71313450 - Environmental monitoring for construction
- 71314300 - Energy-efficiency consultancy services
- 71530000 - Construction consultancy services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes road map to net zero carbon consultancy, client awareness and staff development workshops, stock assessment, data analysis and archetyping, strategy development and data modelling (energy/EPC data), corporate sustainability/ESG strategy, advice and identification of refurbishment options and building fabric solutions, grant/funding management, procurement and oversight of works, post-installation monitoring, scoping reviews, baseline assessment, strategic options appraisal, building fabric solutions, renewables and energy sources, finance and funding, tax incentives, advisory support, change management, green infrastructure, ecology, and carbon reduction plans in the procurement of major government contracts.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £12,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 any combination of (Member of RICS and/or CIOB (Corporate and/or employee), Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board, Employees are members of the Institute of Civil Engineers, the Institution of Structural Engineers or other equivalent level
two.2) Description
two.2.1) Title
Valuations
Lot No
12 - Valuations
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes residential and commercial property valuations, portfolio valuations, leasehold valuations, enfranchisement, planning, development and funding, portfolio advisory, strategic property consultancy, option appraisal, feasibility and disposal, compulsory purchase and compensation, loan security and finance, expert witness and arbitration, alternative dispute resolution (ADR) and litigation support, right to buy, valuation tribunal and upper tribunal, purchasers agent and acquisition, development agent, due diligence, master planning, development appraisals, sales and lettings, option appraisal, feasibility and disposal, taxation and business rates and lease consultancy (including lease renewals and rent reviews), environmental services and waste management and energy and natural resources consultancy.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £3,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 any combination of (Member of RICS and/or CIOB (Corporate and/or employee), Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board, Employees are members of the Institute of Civil Engineers, the Institution of Structural Engineers or other equivalent level
two.2) Description
two.2.1) Title
Clerk of Works – Inspection Regime
Lot No
13 - Clerk of Works – Inspection Regime
two.2.2) Additional CPV code(s)
- 71315400 - Building-inspection services
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes site inspections regime, materials inspection, inspection and report during the construction stage, alignment with specifications, and monitoring pre-construction and commencement.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 any combination of (Member of RICS and/or CIOB (Corporate and/or employee), Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board, Employees are members of the Institute of Civil Engineers, the Institution of Structural Engineers or other equivalent level
two.2) Description
two.2.1) Title
Retrofit
Lot No
14 - Retrofit
two.2.2) Additional CPV code(s)
- 71313000 - Environmental engineering consultancy services
- 71313400 - Environmental impact assessment for construction
- 71313420 - Environmental standards for construction
- 71313450 - Environmental monitoring for construction
- 71314300 - Energy-efficiency consultancy services
- 71530000 - Construction consultancy services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes site inspections, retrofit co-ordinator (PAS 2035) roles, retrofit assessor, retrofit designers, retrofit evaluator, retrofit organisation strategy/options appraisal, carbon reduction plans in the procurement of major government contracts, support with funding applications for retrofit, and tax incentives.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £24,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 Qualifications in line with PAS2035:2023 Retrofitting dwellings for improved energy efficiency & PAS2038:2021 Non-domestic Buildings
Further information can be located in the procurement documents
two.2) Description
two.2.1) Title
BSA Principal Designer and Building Control
Lot No
15 - BSA Principal Designer and Building Control
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71210000 - Advisory architectural services
- 71240000 - Architectural, engineering and planning services
- 71310000 - Consultative engineering and construction services
- 71315300 - Building surveying services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope includes building control, building regs PD (client or contractor), building regs PD advisor, fire safety (sprinkler design, smoke design) (PAS 8671:2022 and PAS 8672:2022), building safety act 2022 (BSA), and broader design areas of the BSA.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process
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 adherence with PAS 8671 for both non-HRBs and HRBs. Members of RIBA (Corporate and/or employee) or APS (Corporate and/or employee)
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Lot Accreditation / Membership / Qualification
1 Member of RICS and/or CIOB (Corporate and/or employee)
2 Member of RICS and/or CIOB (Corporate and/or employee)
3 Accredited to PAS1192 or BS EN ISO 19650 Parts 1,2,3 &5
4 Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board
5 Any combination from Lot 1&2 or hold corporate and/or individual employee membership of the British Institute of Interior Design (BIID)
6 Members of RIBA (Corporate and/or employee) or member of RICS (with individual members accredited with RIBA SCA,CA,AABC or BCA)
7 Employees are members of the Institute of Civil Engineers, the Institution of Structural Engineers and/or the Chartered Association of Building Engineers, or equivalent
8 Employees are members of the Chartered Institution of Building Services Engineers (CIBSE), the Institution of Engineering and Technology (IET), the Institution of Mechanical Engineers (IMechE)
9 Member of IWFM (Corporate and/or employee)
10 Any combination from Lots 1, 4, 7 and 8 or IOSH (Institute of Occupational Safety and Health) or APS (Association of Project Safety)
11 Any combination from Lots 1, 4, 7 and 8 or other equivalent level or recognised professional membership organisation
12 Corporate members of RICS and/or employees who are RICS Registered Valuers
13 Any combination from Lots 1, 4, 7, 8 and ICWCI or other equivalent level or recognised professional membership organisation
14 Qualifications in line with PAS2035:2023 Retrofitting dwellings for improved energy efficiency & PAS2038:2021 Non-domestic Buildings
Retrofit Advisor - C&G Energy Awareness or Green Deal Advisor or Holds Level 5 Retrofit Coordination and Risk Management or Membership in a TrustMark-approved Retrofit Coordinator scheme
Retrofit Assessor - Retrofit Coordinator or Domestic Energy Assessor (DEA or NDEA for Non-domestic Buildings) or Level 3 in Energy Efficiency and Retrofit of Traditional Buildings or regional equivalents.
Retrofit Coordinator - Holds Level 5 Retrofit Coordination and Risk Management
Retrofit Designer - Retrofit Coordinator and/or any combination from Lots 1, 4, 7 and 8 or other equivalent level or recognised professional membership organisation
Retrofit Evaluator – Retrofit Coordinator and Level 3 Energy in Efficiency and Retrofit of Traditional Buildings; or regional equivalent
Retrofit Lead Professional for Non- Domestic Buildings
15 Adherence with PAS 8671 for both non-HRBs and HRBs. Members of RIBA (Corporate and/or employee) or APS (Corporate and/or employee)
three.1.2) Economic and financial standing
List and brief description of selection criteria
This tender process will be conducted using a two-stage procedure. The initial stage will be conducted using Stage One - Pre-Qualification Questionnaire (PQQ) evaluated on the completion of the Standard Selection Questionnaire and Scored Selection Questions.
Minimum level(s) of standards possibly required
Insurance:
The following minimum levels of insurance are required throughout the duration of a call-off contract for all lots:
Public Liability - £5 million
Employers Liability - £10 million
Professional Indemnity - £5 million
Financial Turnover
Bidders must have a minimum turnover of £5M in their last full 12 months audited financial accounts.
Financial Accounts and Information:
The assessment may include information provided by an independent expert credit reference agency such as Dun & Bradstreet and financial statements from Companies House. Tenderers considered ‘High Risk’ will not qualify. Tenderers that have a Dun and Bradstreet assessment with an Overall Business Risk of “High” will not pass the Pre-Qualification stage.
three.1.3) Technical and professional ability
List and brief description of selection criteria
This tender process will be conducted using a two-stage procedure. The initial stage will be conducted using Stage One - Pre-Qualification Questionnaire (PQQ) evaluated on the completion of the Standard Selection Questionnaire and Scored Selection Questions.
Minimum level(s) of standards possibly required
Personnel Competencies.
The Supplier shall ensure all staff working under this contract are competent, having the necessary training, skills, qualifications and experience for the task they are undertaking. The Supplier shall maintain a training matrix and training records that shall be available to the Member immediately upon request.
Data Protection
To bid for this Framework, suppliers must be registered with the Information Commissioner's Office (ICO) Data Protection Public Register https://ico.org.uk/ESDWebPages/Search by virtue of The Data Protection (Charges and Information) Regulations 2018. Registration for another country’s data protection supervisory authority may be provided where the UK has agreed ‘adequacy’.
Through the scored questions below, bidders will be required to demonstrate a sufficient level of experience and will be evaluated with regard to their skills, knowledge, experience and reliability.
Experience of relevant schemes
Considering the nature of the members of the Fusion21 Members Consortium please detail your experience of working on relevant schemes for the lots you have applied for. For each discipline you should provide a minimum of three examples completed within the last two years; providing a summary of the project, the scope of services delivered, duration of the appointment and value of the appointment.
Examples of implemented initiative / strategies
Considering contracts completed within the last two years for the relevant discipline you are applying for, please provide a minimum of two examples of initiatives or strategies that you have implemented which have delivered enhanced value to the client and/or the end user. Your response should consider outcomes such as reduced capital expenditure, improved life cycle costs, and lower operational expenses, and must evidence the successful use of them.
Method Statement
Please explain the methods you use to ensure projects are completed on time, within budget and to a high level of client and/or end user satisfaction. You must provide a minimum of three relevant examples within your response to illustrate the effectiveness of your approach.
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
Restricted 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: 225
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
14 March 2025
Changed to:
Date
18 March 2025
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
19 May 2025
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: 3 (from the date stated for receipt of tender)
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