- Scope of the procurement
- Lot 1. Domestic Heating (Combustibles)
- Lot 2. Domestic Heating (Electric)
- Lot 3. Domestic Heating (ASHP)
- Lot 4. Domestic Heating (GSHP)
- Lot 5. Commercial Heating (GSHP)
- Lot 6. Commercial Heating (All)
- Lot 7. Electrical Testing
- Lot 8. Electrical Works
- Lot 9. Solar PV and Battery Storage
- Lot 10. Quality Assurance Audit
Section one: Contracting authority
one.1) Name and addresses
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park
Prescot
L34 1PJ
Contact
Steffanie Swift
Telephone
+44 8453082321
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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://fusion21.delta-esourcing.com/respond/348J2FKBQ4
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
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 Heating, Renewables, and Electrical Framework
two.1.2) Main CPV code
- 45232141 - Heating works
two.1.3) Type of contract
Works
two.1.4) Short description
Fusion21 is developing a Framework for the full provision of Heating, Renewables, and Electrical works for UK Public Sector public sector organisations to access.
two.1.5) Estimated total value
Value excluding VAT: £820,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
8
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Please note that there is a restriction on the number of Lot(s) that can be bid for, specifically in relation to Lot 7, 8 and 10. Bidders may apply for Lot 7 or Lot 8 but not both, should a Bidder apply for both lots they will be required to withdraw one of the two bids. Bidders applying for Lot 10 may not apply for any other lot. This is to ensure the independence of the service.
two.2) Description
two.2.1) Title
Domestic Heating (Combustibles)
Lot No
1
two.2.2) Additional CPV code(s)
- 45331100 - Central-heating installation work
- 45232141 - Heating works
- 50720000 - Repair and maintenance services of central heating
- 50531200 - Gas appliance maintenance services
- 50531100 - Repair and maintenance services of boilers
- 42160000 - Boiler installations
- 50721000 - Commissioning of heating installations
- 09110000 - Solid fuels
- 09133000 - Liquefied Petroleum Gas (LPG)
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
Design, Installation, Servicing, Maintenance and Testing of domestic heating systems.
The scope of this lot includes a full range of heating systems including, but not limited to, gas, LPG, oil, solid fuel, electric and renewable technologies.
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: £200,000,000
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 apply for this framework opportunity please complete the following:
Selection Questionnaire: https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
Tender box (Quality & Price): https://fusion21.delta-esourcing.com/respond/22BRW42R9D
two.2) Description
two.2.1) Title
Domestic Heating (Electric)
Lot No
2
two.2.2) Additional CPV code(s)
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715240 - Electric space-heating apparatus
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
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
Design, Installation, Servicing, Maintenance and Testing of domestic electrical heating systems and/or hot water systems, including but not restricted to electric storage heaters, , electric boilers, systems, panel heaters, infra-red radiant heaters, wall-mounted electric radiators and underfloor electric heating.
This scope does not preclude non- domestic properties being included as part of a wider domestic 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: £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.2.14) Additional information
To apply for this framework opportunity please complete the following:
Selection Questionnaire: https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
Tender box (Quality & Price): https://fusion21.delta-esourcing.com/respond/ESFSEU64N9
two.2) Description
two.2.1) Title
Domestic Heating (ASHP)
Lot No
3
two.2.2) Additional CPV code(s)
- 42511110 - Heat pumps
- 45310000 - Electrical installation work
- 45331100 - Central-heating installation work
- 45232141 - Heating works
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
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
Design, Installation, Servicing, Maintenance and Testing of air source heat pumps.
This scope does not preclude non- domestic properties.
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: £125,000,000
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 apply for this framework opportunity please complete the following:
Selection Questionnaire: https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
Tender box (Quality & Price): https://fusion21.delta-esourcing.com/respond/4PP4R3W63K
two.2) Description
two.2.1) Title
Domestic Heating (GSHP)
Lot No
4
two.2.2) Additional CPV code(s)
- 42511110 - Heat pumps
- 45262220 - Water-well drilling
- 45310000 - Electrical installation work
- 45331100 - Central-heating installation work
- 45232141 - Heating works
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 45232140 - District-heating mains construction work
- 09323000 - District heating
- 42515000 - District heating boiler
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
Design, Installation, Servicing, Maintenance and Testing of ground source heat pumps via closed loop horizontal loop / vertical boreholes for domestic properties, including works to dwellings and communal areas.
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: £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.2.14) Additional information
To apply for this framework opportunity please complete the following:
Selection Questionnaire: https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
Tender box (Quality & Price): https://fusion21.delta-esourcing.com/respond/33C34Q4K3Y
two.2) Description
two.2.1) Title
Commercial Heating (GSHP)
Lot No
5
two.2.2) Additional CPV code(s)
- 42511110 - Heat pumps
- 45262220 - Water-well drilling
- 45310000 - Electrical installation work
- 45331100 - Central-heating installation work
- 45232141 - Heating works
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 45232140 - District-heating mains construction work
- 42515000 - District heating boiler
- 09323000 - District heating
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
Design, Installation, Servicing, Maintenance and Testing of ground source heat pumps via closed loop horizontal loop / vertical boreholes for non- domestic properties
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
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 apply for this framework opportunity please complete the following:
Selection Questionnaire: https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
Tender box (Quality & Price): https://fusion21.delta-esourcing.com/respond/B84UR22U53
two.2) Description
two.2.1) Title
Commercial Heating (All)
Lot No
6
two.2.2) Additional CPV code(s)
- 45331100 - Central-heating installation work
- 45232141 - Heating works
- 50531100 - Repair and maintenance services of boilers
- 42160000 - Boiler installations
- 50720000 - Repair and maintenance services of central heating
- 50531200 - Gas appliance maintenance services
- 45232140 - District-heating mains construction work
- 42515000 - District heating boiler
- 45251200 - Heating plant construction work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45331000 - Heating, ventilation and air-conditioning installation work
- 09323000 - District heating
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
Design, Installation, Servicing, Maintenance and Testing of commercial heating systems and other mechanical/electrical installations.
The scope of this lot includes a full range of heating systems including, but not limited to, gas, LPG, oil, solid fuel, electric, district heating, HVAC, hot water generation plant, heat interface units or renewable technologies.
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: £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.2.14) Additional information
To apply for this framework opportunity please complete the following:
Selection Questionnaire: https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
Tender box (Quality & Price): https://fusion21.delta-esourcing.com/respond/R2ZS888T85
two.2) Description
two.2.1) Title
Electrical Testing
Lot No
7
two.2.2) Additional CPV code(s)
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 50711000 - Repair and maintenance services of electrical building installations
- 51110000 - Installation services of electrical equipment
- 31500000 - Lighting equipment and electric lamps
- 45310000 - Electrical installation work
- 71600000 - Technical testing, analysis and 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
Testing, and associated remedial repair of electrical fixed wire systems.
The scope of this lot includes: EICRs and associated remedial works, PAT testing, and Lightning conductor testing.
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: £80,000,000
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 apply for this framework opportunity please complete the following:
Selection Questionnaire: https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
Tender box (Quality & Price): https://fusion21.delta-esourcing.com/respond/4D5KZAGEKZ
two.2) Description
two.2.1) Title
Electrical Works
Lot No
8
two.2.2) Additional CPV code(s)
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 50711000 - Repair and maintenance services of electrical building installations
- 51110000 - Installation services of electrical equipment
- 31500000 - Lighting equipment and electric lamps
- 45310000 - Electrical installation work
- 71600000 - Technical testing, analysis and consultancy services
- 45311000 - Electrical wiring and fitting work
- 71314100 - Electrical services
- 45210000 - Building construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 31610000 - Electrical equipment for engines and vehicles
- 31230000 - Parts of electricity distribution or control apparatus
- 42520000 - Ventilation equipment
- 45331210 - Ventilation installation work
- 39717100 - Fans
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
Design, Installation, Servicing, Maintenance and Testing of electrical fixed wire systems and connected equipment.
The scope of this lot includes: Partial and full rewires, LED lighting, Ventilation, Electric Vehicle Charge Points (EVCP)
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: £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 apply for this framework opportunity please complete the following:
Selection Questionnaire: https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
Tender box (Quality & Price): https://fusion21.delta-esourcing.com/respond/6MG2VE27H7
two.2) Description
two.2.1) Title
Solar PV and Battery Storage
Lot No
9
two.2.2) Additional CPV code(s)
- 71600000 - Technical testing, analysis and consultancy services
- 45310000 - Electrical installation work
- 51110000 - Installation services of electrical equipment
- 50711000 - Repair and maintenance services of electrical building installations
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 09330000 - Solar energy
- 09331000 - Solar panels
- 09331200 - Solar photovoltaic modules
- 09332000 - Solar installation
- 45261215 - Solar panel roof-covering work
- 31422000 - Battery packs
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
Design, Installation, Servicing, Maintenance and Testing of Solar Photovoltaic (PV) Systems, Battery Storage and associated works.
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: £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 apply for this framework opportunity please complete the following:
Selection Questionnaire: https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
Tender box (Quality & Price): https://fusion21.delta-esourcing.com/respond/FJXUVZ77M3
two.2) Description
two.2.1) Title
Quality Assurance Audit
Lot No
10
two.2.2) Additional CPV code(s)
- 71321300 - Plumbing consultancy services
- 79212300 - Statutory audit services
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 71317210 - Health and safety consultancy services
- 71600000 - Technical testing, analysis and consultancy services
- 71630000 - Technical inspection and testing services
- 71800000 - Consulting services for water-supply and waste consultancy
- 80531200 - Technical training services
- 80500000 - Training 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
Independent quality assurance audits, technical consultancy/advice and training relating to gas, electric, fire, asbestos, and water hygiene.
Scope includes: Investigations, policy reviews, training, and data management.
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: £40,000,000
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 apply for this framework opportunity please complete the following:
Selection Questionnaire: https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
Tender box (Quality & Price): https://fusion21.delta-esourcing.com/respond/3XP9A8E8M3
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
As set out under the Mandatory criteria headings within each Lot specification.
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.1.8) 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: 2023/S 000-014501
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 October 2023
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 October 2023
Local time
10:01am
Place
Fusion21, Puma Court, Kings Business Park, Prescot, L34 1PJ
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Approximately 12 months before the end of the Framework term
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 scope of this Framework includes any related services within the competence and capability of successful bidders and is not limited to the services as defined in these tender documents.
The types of buildings covered by this Framework include, but are not limited to:
•Education – schools (nursery, primary, middle, secondary), colleges and universities
(including adult education, lecture theatres, research facilities, halls of residence)
•Health – Hospitals (including teaching centres), mental health facilities (including high
dependency units), health care surgeries (including primary care), nursing and other care
homes (including senior living)
•Housing – housing, accommodation, mixed developments (including mixed use, sheltered
accommodation and flats) and offices
•Wider Public Sector – civic buildings (council, town halls, courts), office buildings and
mixed use, retail (including markets and shopping centres), exhibition space (including
museums, planetarium), libraries (including record offices and archives), theatres (including
conference halls, concert halls and cinemas), community centres (including youth clubs and
visitor centres) and sports and recreation centres (including leisure centres, stadiums,
racecourses, pools) and blue light services (Ambulance, Fire and Police Authorities).
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.
Where the contract notice states a maximum of 15 operators to be appointed to the
framework, this means up to 15 within each lot and geographical region.
Fusion21 reserves the right to vary this number and bidders accept this on submission of
their bid.
The permissible users able to access this framework can be clearly identified via the
following link:
https://www.fusion21.co.uk/permissible-users
To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
GO Reference: GO-20221220-PRO-21793422
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Heating-works./348J2FKBQ4" target="_blank">https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Heating-works./348J2FKBQ4
To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/348J2FKBQ4" target="_blank">https://fusion21.delta-esourcing.com/respond/348J2FKBQ4
GO Reference: GO-2023929-PRO-24080675
six.4) Procedures for review
six.4.1) Review body
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
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