Section one: Contracting authority
one.1) Name and addresses
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park, Kings Drive
Prescot
L34 1PJ
Contact
Steff Swift
Telephone
+44 8453082321
Country
United Kingdom
NUTS 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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://fusion21.delta-esourcing.com/
Tenders or requests to participate must be submitted to the following address:
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park, Kings Drive
Prescot
L34 1PJ
Contact
Steff Swift
Telephone
+44 8453082321
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://fusion21.delta-esourcing.com/
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 Materials Supply and Associated Services Framework
two.1.2) Main CPV code
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
two.1.3) Type of contract
Supplies
two.1.4) Short description
Fusion21 is developing a framework for the full provision of construction and building materials across public sector estates. This framework is intended to primarily support Public Sector organisations with the provision of construction materials for the delivery of repairs and maintenance works to domestic properties, including external and communal areas.
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. The framework is split into 6 lots, these include:
1) General Building Materials;
2) Electrical;
3) Plumbing and Heating;
4) Managed Service;
5) Heating;
6) Adapted and Accessible Living.
two.1.5) Estimated total value
Value excluding VAT: £250,000,000
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
General Building Materials
Lot No
1
two.2.2) Additional CPV code(s)
- 44111000 - Building materials
- 44100000 - Construction materials and associated items
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44110000 - Construction materials
- 44800000 - Paints, varnishes and mastics
- 44140000 - Products related to construction materials
- 44160000 - Pipeline, piping, pipes, casing, tubing and related items
- 44170000 - Plates, sheets, strip and foil related to construction materials
- 44190000 - Miscellaneous construction materials
- 44200000 - Structural products
- 44210000 - Structures and parts of structures
- 44220000 - Builders' joinery
- 44221000 - Windows, doors and related items
- 44500000 - Tools, locks, keys, hinges, fasteners, chain and springs
- 44530000 - Fasteners
- 44420000 - Goods used in construction
- 44400000 - Miscellaneous fabricated products and related items
- 18000000 - Clothing, footwear, luggage articles and accessories
- 18100000 - Occupational clothing, special workwear and accessories
- 44510000 - Tools
- 24000000 - Chemical products
- 24900000 - Fine and various chemical products
- 24960000 - Various chemical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The scope of this lot will include the supply of general building materials for repairs and maintenance works and will include, but not be limited to the supply of Heavyside building Materials, Lightside Building Materials, Timber and Sheet Materials, Loft Insulation, Doors, Windows and Joinery, Roofing Materials, Decorating and Interior Finishes, Fixings and Adhesives, Tools, PPE and Consumables.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Pricing / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £75,000,000
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
To respond to this opportunity please click here: https://fusion21.delta-esourcing.com/respond/75988P84Q6
two.2) Description
two.2.1) Title
Electrical
Lot No
2
two.2.2) Additional CPV code(s)
- 31600000 - Electrical equipment and apparatus
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31650000 - Insulating fittings
- 31300000 - Insulated wire and cable
- 31320000 - Power distribution cables
- 31620000 - Sound or visual signalling apparatus
- 31680000 - Electrical supplies and accessories
- 31210000 - Electrical apparatus for switching or protecting electrical circuits
- 31700000 - Electronic, electromechanical and electrotechnical supplies
- 31500000 - Lighting equipment and electric lamps
- 31211000 - Boards and fuse boxes
- 31212000 - Circuit breakers
- 31213000 - Distribution equipment
- 31214000 - Switchgear
- 31215000 - Voltage limiters
- 31216000 - Lightning arrestors
- 31217000 - Surge suppressors
- 31218000 - Busbars
- 31219000 - Protection boxes
- 31710000 - Electronic equipment
- 31520000 - Lamps and light fittings
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 18000000 - Clothing, footwear, luggage articles and accessories
- 42500000 - Cooling and ventilation equipment
- 42100000 - Machinery for the production and use of mechanical power
- 44400000 - Miscellaneous fabricated products and related items
- 39700000 - Domestic appliances
- 18100000 - Occupational clothing, special workwear and accessories
- 44100000 - Construction materials and associated items
- 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
- 42160000 - Boiler installations
- 44410000 - Articles for the bathroom and kitchen
- 39710000 - Electrical domestic appliances
- 44111000 - Building materials
- 44480000 - Miscellaneous fire-protection equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The scope of this lot will include the supply of electrical products for repairs and maintenance works and will include, but not be limited to Fire Detection, Electrical Cable and Cable Accessories, Cable Management, PVC Conduit and Accessories, Steel Conduit, Switches, Sockets and Wiring Accessories, Distribution Units and Accessories, Electric Boilers, Electric Showers, Heating Controls, Domestic Fans, Fluorescent Tubes and Lamps, LED Lamps, Tubes and Fittings, Emergency Lighting, Panel Heaters, Electric Radiators, Consumables.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Pricing / Weighting: 40
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.2.10) 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) Description
two.2.1) Title
Plumbing and Heating
Lot No
3
two.2.2) Additional CPV code(s)
- 39715200 - Heating equipment
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 24000000 - Chemical products
- 18000000 - Clothing, footwear, luggage articles and accessories
- 42100000 - Machinery for the production and use of mechanical power
- 44400000 - Miscellaneous fabricated products and related items
- 44100000 - Construction materials and associated items
- 42500000 - Cooling and ventilation equipment
- 24900000 - Fine and various chemical products
- 18100000 - Occupational clothing, special workwear and accessories
- 42160000 - Boiler installations
- 42130000 - Taps, cocks, valves and similar appliances
- 44410000 - Articles for the bathroom and kitchen
- 44620000 - Central-heating radiators and boilers and parts
- 44110000 - Construction materials
- 42520000 - Ventilation equipment
- 24960000 - Various chemical products
- 44111000 - Building materials
- 44480000 - Miscellaneous fire-protection equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The scope of this lot will include the supply of plumbing, heating, gas and bathroom products for repairs and maintenance works and will include, but not be limited to Domestic Boilers, Domestic Flue Parts and Accessories, Heating Valves, Heating Spares, Water Treatment Chemicals and Filtration, Radiators, Heat Pumps, Heat Pump Cylinders and associated Accessories, Gas Fittings, Spares and Consumable Items, Baths and Bath Panels, Basins, Taps, Sanitary Ware, Showers, Shower Trays and Bathroom Spares.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Pricing / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £50,000,000
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) Description
two.2.1) Title
Managed Services
Lot No
4
two.2.2) Additional CPV code(s)
- 63120000 - Storage and warehousing services
- 63100000 - Cargo handling and storage services
- 63000000 - Supporting and auxiliary transport services; travel agencies services
- 44111000 - Building materials
- 44100000 - Construction materials and associated items
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44110000 - Construction materials
- 44800000 - Paints, varnishes and mastics
- 44140000 - Products related to construction materials
- 44160000 - Pipeline, piping, pipes, casing, tubing and related items
- 44170000 - Plates, sheets, strip and foil related to construction materials
- 44190000 - Miscellaneous construction materials
- 44200000 - Structural products
- 44210000 - Structures and parts of structures
- 44220000 - Builders' joinery
- 44221000 - Windows, doors and related items
- 44500000 - Tools, locks, keys, hinges, fasteners, chain and springs
- 44530000 - Fasteners
- 44420000 - Goods used in construction
- 44400000 - Miscellaneous fabricated products and related items
- 18000000 - Clothing, footwear, luggage articles and accessories
- 18100000 - Occupational clothing, special workwear and accessories
- 44510000 - Tools
- 24000000 - Chemical products
- 24900000 - Fine and various chemical products
- 24960000 - Various chemical products
- 31600000 - Electrical equipment and apparatus
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31650000 - Insulating fittings
- 31300000 - Insulated wire and cable
- 31320000 - Power distribution cables
- 31620000 - Sound or visual signalling apparatus
- 31680000 - Electrical supplies and accessories
- 31210000 - Electrical apparatus for switching or protecting electrical circuits
- 31700000 - Electronic, electromechanical and electrotechnical supplies
- 31500000 - Lighting equipment and electric lamps
- 31211000 - Boards and fuse boxes
- 31212000 - Circuit breakers
- 31213000 - Distribution equipment
- 31214000 - Switchgear
- 31215000 - Voltage limiters
- 31216000 - Lightning arrestors
- 31217000 - Surge suppressors
- 31218000 - Busbars
- 31219000 - Protection boxes
- 31710000 - Electronic equipment
- 31520000 - Lamps and light fittings
- 42000000 - Industrial machinery
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42500000 - Cooling and ventilation equipment
- 42100000 - Machinery for the production and use of mechanical power
- 39700000 - Domestic appliances
- 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
- 42160000 - Boiler installations
- 44410000 - Articles for the bathroom and kitchen
- 39710000 - Electrical domestic appliances
- 44480000 - Miscellaneous fire-protection equipment
- 39715200 - Heating equipment
- 42130000 - Taps, cocks, valves and similar appliances
- 44620000 - Central-heating radiators and boilers and parts
- 42520000 - Ventilation equipment
- 39141000 - Kitchen furniture and equipment
- 39140000 - Domestic furniture
- 39100000 - Furniture
- 39120000 - Tables, cupboards, desk and bookcases
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The scope of this lot is for the supply of goods through the provision of a managed service solution and will be tailored to meet the Members individual requirements.
The main services within this lot include:
-Adapting and managing a Members existing store,
-Identification of a new site to create a dedicated managed store,
-Adapting an existing own branch to focus dedicated resources / site for Member use,
-Delivery model to Member or other specified location(s),
-Inventory management,
-Unmanned stores and drop-boxes,
-Pop-up locations and temporary storage facilities,
-Van stock management.
It is expected that the Managed Service provision will include the provision of goods across all lots within this framework.
Suppliers will provide the day-to-day management and customer service support for purchase to pay processes and customer service support during the ordering process and throughout the contract term and warranty period of the products (as relevant), support to Members completing collections and provide supporting IT services and applications to assist Members in a smooth ordering process for goods.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Pricing / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £75,000,000
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) Description
two.2.1) Title
Kitchens
Lot No
5
two.2.2) Additional CPV code(s)
- 39141000 - Kitchen furniture and equipment
- 39140000 - Domestic furniture
- 39100000 - Furniture
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44400000 - Miscellaneous fabricated products and related items
- 44100000 - Construction materials and associated items
- 39120000 - Tables, cupboards, desk and bookcases
- 44410000 - Articles for the bathroom and kitchen
- 42130000 - Taps, cocks, valves and similar appliances
- 44111000 - Building materials
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The scope of this lot will include the supply and delivery of kitchen products for installation in domestic kitchens and will include, but not be limited to Base Units, Corner Base Units, Wall Units, Larder Units, End Panels, Plinths, Worktops, Shelves, Doors, Sinks, Splashbacks and Kitchen Accessories. Kitchens to be supplied flat-packed or pre-assembled. Also to include optional design services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Pricing / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £15,000,000
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) Description
two.2.1) Title
Adapted and Accessible Living
Lot No
6
two.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44100000 - Construction materials and associated items
- 44400000 - Miscellaneous fabricated products and related items
- 44410000 - Articles for the bathroom and kitchen
- 42130000 - Taps, cocks, valves and similar appliances
- 44111000 - Building materials
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The scope of this lot will include the supply and delivery of Adapted Kitchens and Associated Appliances, Adapted Bathrooms/Wet Rooms; for installation in domestic settings and will include, but not be limited to Showers, Shower Seats, Grab Rails, Hinged Arms, Shower Wastes, Shower Curtains and Curtain Rails, Low-Profile Shower Trays, Above Ground Shower Trays, Wet Room Formers, Shower Screens, Sanitary Ware, Sanitary Ware Accessories, Safety Flooring, Kitchen Base Units, Larder Units with Slide Out Baskets, Wall Units with Pull-Down Baskets, Rise and Fall Units, Kitchen Accessories, Kitchen Appliances such as: Ceramic and Induction Hobs with Touch Controls, “Slide and Hide” Electric Ovens and Ovens with Side-Opening Doors.
Also to include optional design services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Pricing / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £10,000,000
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
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
The viability of each tenderer will be assessed by considering the recent trends in profitability and a return on assets; long-term solvency and stability; and short-term solvency and liquidity. The procurement documents also include criteria for the following insurances: Employers Liability; Public Liability; Professional Indemnity; Product Liability;
Minimum level(s) of standards possibly required
Where major financial risks are identified and a tenderer shows little sign of current financial stability or improvement, leading to concerns that the tenderer may not complete the contract because of financial difficulties will lead to a tendered being disqualified. Evidence required may include Management Accounts. Further, tenderers must also hold the relevant insurances as set out in the tender documents or commit to obtaining the necessary insurances at the commencement of a call-off contract. Evidence required may include cover notes or quotations.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
All Lots: Information Commissioners Office (ICO) Registration, and Cyber Essentials and UKAS Accreditation to BS EN ISO 9001:2015 Quality Management Systems (QMS)
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
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 000-004635
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 June 2024
Local time
10:00am
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
14 June 2024
Local time
10:15am
Place
Virtual/online or at Puma Court, Kings Drive, Kings Business Park, Prescot, L34 1PJ
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
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
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/75988P84Q6
GO Reference: GO-202457-PRO-25971903
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.4.2) Body responsible for mediation procedures
N/A
N/A, N/A, N/A
N/A
N/A
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