Tender

Fusion21 Youth Investment Fund Framework

  • Fusion21 Members Consortium

F02: Contract notice

Notice identifier: 2022/S 000-028226

Procurement identifier (OCID): ocds-h6vhtk-0373d4

Published 7 October 2022, 12:05pm



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

Steffanie Swift

Email

info@fusion21.co.uk

Telephone

+44 8453082321

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.fusion21.co.uk/

Buyer's address

https://fusion21.delta-esourcing.com/

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://www.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-work./9KFTPEC7S2

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body 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 Youth Investment Fund Framework

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Fusion21 is developing a Framework for the full provision of Building Refurbishment, New Build Construction, Modular Buildings and Consultants Services. The framework consists of four Lots:

Lot 1 - Building Refurbishment

Lot 2 - New Build Construction

Lot 3 - Modular Buildings

Lot 4 - Consultants

two.1.5) Estimated total value

Value excluding VAT: £290,000,000

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

Lot 1: Building Refurbishment

Lot No

1

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work
  • 45262690 - Refurbishment of run-down buildings
  • 45453000 - Overhaul and refurbishment work
  • 45261900 - Roof repair and maintenance work
  • 50870000 - Repair and maintenance services of playground equipment
  • 50000000 - Repair and maintenance services

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

Scope of works for this lot include repair, improvement, decoration and minor re-modelling to existing buildings and structures to bring them up to modern standards and ensure they are fit for purpose. This can include both occupied buildings and empty buildings requiring significant refurbishment to bring them back into use.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £100,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

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/9KFTPEC7S2

two.2) Description

two.2.1) Title

Lot 2: New Build Construction

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

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

All types of building construction works and may include design and other services as required for design and build construction works, In addition to the works covered within the scope of lot 2 further works will cover but not be limited to:

•Extension of existing structures

•Conversion of existing structures

•Alterations to existing structures

•New builds

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £100,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

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

Lot 3: Modular Buildings

Lot No

3

two.2.2) Additional CPV code(s)

  • 44211100 - Modular and portable buildings

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

Provide a full turnkey solution for the Design, Manufacture and Installation of Buildings of Modular construction to existing and new property estates, an efficient and sustainable building solution for either temporary or permanent requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

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

Lot 4: Consultants

Lot No

4

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71315200 - Building consultancy services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 71315300 - Building surveying services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71221000 - Architectural services for buildings
  • 71251000 - Architectural and building-surveying services
  • 71313420 - Environmental standards for construction
  • 71220000 - Architectural design services
  • 71250000 - Architectural, engineering and surveying services
  • 71312000 - Structural engineering consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services
  • 71311000 - Civil engineering consultancy services

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

Provide a flexible and wide-ranging set of professional consultancy services. Lot 4 will provide a range of building safety and compliance works and services that will enable Fusion 21 Permissible Users to ensure the safety and compliance of their asset portfolio.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the procurement documents for requirements

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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 in 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.1.6) Information about electronic auction

An electronic auction will be used

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

Date

11 November 2022

Local time

9:00am

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 November 2022

Local time

9:30am

Place

Fusion21, Puma Court, Kings Business Park, Prescot, L34 1PJ

Information about authorised persons and opening procedure

To be opened electronically using the Delta eSourcing software by Fusion21's Procurement Manager


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-work./9KFTPEC7S2

To respond to this opportunity, please click here:

https://fusion21.delta-esourcing.com/respond/9KFTPEC7S2

GO Reference: GO-2022107-PRO-21099582

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom