Scope
Reference
Fusion21-0605
Description
Preliminary market engagement was carried out by the Fusion21 Members Consortium following the publication of a Preliminary Market Engagement Notice 2025/S 000-076149 (OCID: ocds-h6vhtk-05e692).
This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the PA 2023.
Fusion21 is developing a 4-year framework for Grounds Maintenance. The framework will cover the provision of grounds maintenance and associated services for participating contracting authorities in the United Kingdom, in accordance with the objectives and requirements of the Procurement Act 2023 (PA23).
The scope includes but is not limited to:
- Routine and reactive grass cutting, lawncare, and turf management.
- Maintenance of hedges, shrubs, flowerbeds, and seasonal planting.
- Weed control, including the use of approved herbicides and environmentally sustainable alternatives.
- Tree Maintenance, pruning and arboriculture works.
- Litter picking, leaf clearance, and general grounds tidiness.
- Winter services, such as gritting and snow clearance (where applicable).
- Associated inspections, reporting and compliance with relevant health and safety and environmental standards.
The framework aims to provide a compliant, flexible, and value for money route for contracting authorities to procure grounds maintenance services. It will support both national and regional coverage, with opportunities for SME's to participate.
Commercial tool
Establishes a framework
Total value (estimated)
- £85,000,000 excluding VAT
- £102,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 8 June 2026 to 7 June 2030
- 4 years
Options
The right to additional purchases while the contract is valid.
Call-off contracts may supply additional goods, services or works outside the scope of the description and CPV codes listed in this notice where the additional goods, services or works are ancillary to, but complementary to, goods, services or works that fall within the scope of the framework subject to the provisions of Section 74 of the Procurement Act 2023.
Main procurement category
Services
CPV classifications
- 77314000 - Grounds maintenance services
- 45112700 - Landscaping work
- 45340000 - Fencing, railing and safety equipment installation work
- 77300000 - Horticultural services
- 77310000 - Planting and maintenance services of green areas
- 77320000 - Sports fields maintenance services
- 77340000 - Tree pruning and hedge trimming
- 90620000 - Snow-clearing services
- 90630000 - Ice-clearing services
- 90922000 - Pest-control services
- 90511300 - Litter collection services
Contract locations
- UK - United Kingdom
Justification for not using lots
The core demand from contracting authorities is for comprehensive grounds maintenance services. Sub-dividing the procurement into multiple lots is not considered to represent value for money, as the client-side cost of managing multiple small contracts would be disproportionate to any potential savings achieved. Contracting authorities are operating under significant resource pressures, which limits their ability to manage a number of separate contracts effectively.
In addition, multi-lots approach may prevent suppliers from bidding for highly fragmented requirements, where a significant proportion of cost the cost is as much in overheads and getting to site (travel time) as the task in hand. Certain elements of the scope are considered supplementary rather than core requirements, but their inclusion within a single framework may help deliver operational efficiencies. The lotting strategy is not thought to exclude any competent grounds maintenance suppliers as the ability to just bid for one region exists.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
4%
Further information about fees
4% is the maximum possible fee percentage however this may be discounted. A fee typically between 1% and 4% will apply, depending on the value of the call-off contract and the level of services required. Refer to Schedule 9 of the Framework Agreement.
Framework operation description
Suppliers will be appointed per country/region. The maximum number of suppliers in each ITL Level 1 first-level region is 12.
For framework operation, refer to Schedule 10 - Direct Selection Process and Schedule 11 - Competitive Selection Process of the Framework Agreement.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The framework may be used by a contracting authority that is identified via the following link (https://www.fusion21.co.uk/permissible-users) and that is also a Member of the Members Consortium.
Contracting authority location restrictions
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
Legal and financial capacity requirements, as part of the conditions of participation, are detailed within the Procurement Specific Questionnaire (PSQ) and as described in Appendix A - ITT Document.
Minimum insurance requirements:
Employers Liability - £10m
Public Liability - £5m
Financial capacity will be assessed in two stages against a single standard, which is whether a supplier is more likely than not to be trading in four years' time. Stage 1 is a screening assessment using three financial ratios as proxy indicators of financial capacity, based on the published definitions in the GCF Guidance Note on assessing and monitoring economic and financial standing. These metrics assess profitability, cashflow and the ability to repay debt with defined high-risk thresholds applied. A calculator tool is provided to allow suppliers to self-assess. Tenderers that meet the threshold for all three indicators, where none of the metrics result in a high-risk outcome, will automatically be deemed to meet the required standard and pass Stage 1. Tenderers that do not meet all three thresholds will be assessed further in Stage 2.
Stage 2 is a detailed assessment for tenderers that do not meet all Stage 1 thresholds. Suppliers will be invited to provide further information on their financial position, which may include management accounts, financial statements, accountant letters and details of connected persons or organisations. Assessments will be carried out by qualified accountants and informed by a wider range of evidence, including external credit reference agencies. A performance bond or parent company guarantee may be accepted as an alternative. Suppliers that fail to provide sufficient information or that remain high risk following the detailed assessment will be deemed to fail this condition of participation.
For the full list and details of the conditions of participation, please refer to the Procurement Specific Questionnaire (PSQ) and Appendix A of the ITT document.
Technical ability conditions of participation
Technical ability requirements, as part of the conditions of participation, are detailed within the Procurement Specific Questionnaire (PSQ), Appendix C - Specification Document, and as described in Appendix A - ITT Document.
It is a requirement of the framework that suppliers have:
Waste Handling
Waste Carrier, Waste Broker or Waste Dealer Licence in England and/or a Registered Professional Carrier and Transporter of Waste in Scotland.
Herbicide Application
At least 1 individual with a Certificate of Competence for using herbicides such as Level 2 Award in the Safe application of Pesticides
Tree Works
At least 1 individual with a recognised and relevant qualification at or above level 2 such as:
- Level 2 Trees & Timber
- Level 2 Arborist Chainsaw Operator
- Level 2 Felling & Processing Trees
- Level 3 Forestry & Arboriculture
- Level 3 Aerial Cutting of Trees
Full details of Capability Requirements
As set out in the Procurement Specific Questionnaire, Specification Document and ITT.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
18 February 2026, 5:00pm
Tender submission deadline
4 March 2026, 12:00pm
Submission address and any special instructions
The tender documents include:
- Appendix A - Invitation to Tender
- Appendix B - Fusion21 Framework Agreement
- Appendix C - Specification
- Appendix D - Stage 1 Screening Self Assessment
- Appendix E - Suppliers Guide
- Appendix F - Commercial Instruction
- Appendix G - Response Forms
The tender documents are attatched to this notice but are readily accessible, electronically, and free of charge via the internet at the following address: https://fusion21.ukp.app.jaggaer.com
Tenders are to be submitted electronically via the above portal.
A 3rd party copyrighted schedule of rates is avaiable following completion of a a non-disclosure agreement. Details are included in Appendix F.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
30 April 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Technical / Quality | Technical / Quality Sub-Criteria: Case Studies : 12% Scenario: 9% Health & Safety: 6% Risk Management: 3% Innovation: 12% Environment & Sustainability: 6% Social Value: 12% |
Quality | 60% |
| Commercial / Cost | Commercial / Cost Sub-Criteria: Cost Reimbursable - Contract fee / fee percentage: 10% Schedule of Rates: 10% NHF Estates Services SoR Adjustment: 10% Day Rates: 8% Out of Hours Working: 2% |
Cost | 40% |
Other information
Description of risks to contract performance
The following risks could jeopardise the satisfactory performance of the Framework but because of their nature, may not be addressed in the public contract as awarded:
- TUPE
- Asset data
- IT interfacing
- Supply chain failure
Details of the Risk Register are available in the tender documentation.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Fusion 21 Foundation
- Public Procurement Organisation Number: PGBM-5392-PVDH
Unit 2 Puma Court, Kings Business Park, Kings Drive
Prescot
L34 1PJ
United Kingdom
Contact name: Christine Pruden
Telephone: +448453082321
Email: tenders@fusion21.co.uk
Website: http://www.fusion21.co.uk/
Region: UKD71 - East Merseyside
Organisation type: Public authority - sub-central government