Tender

Fusion21 Workplace & FM Framework

  • Fusion21 Members Consortium

F02: Contract notice

Notice identifier: 2024/S 000-033643

Procurement identifier (OCID): ocds-h6vhtk-046c7d

Published 17 October 2024, 4:36pm



The closing date and time has been changed to:

29 November 2024, 10:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Fusion21 Members Consortium

2 Puma Court, Kings Business Park, Kings Drive

Prescot

L34 1PJ

Contact

Steff Swift

Email

tenders@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.ukp.app.jaggaer.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.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

Fusion21 Workplace & FM Framework

Reference number

Fusion21 Workplace & FM Framework

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Fusion21 is developing a framework for the full provision of workplace and facilities management services across public sector estates. This procurement exercise is inviting tenders from all interested economic operators that meet the criteria set out in the tender documentation for the lot(s) they wish to bid for. The framework is split into 4 lots, these include:

1. Total Facilities Management

2. Cleaning Services

3. Security Services

4. Building & Engineering Services

two.1.5) Estimated total value

Value excluding VAT: £700,000,000

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

Total Facilities Management

Lot No

1

two.2.2) Additional CPV code(s)

  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50610000 - Repair and maintenance services of security equipment
  • 50700000 - Repair and maintenance services of building installations
  • 50750000 - Lift-maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 55520000 - Catering services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 71330000 - Miscellaneous engineering services
  • 72224000 - Project management consultancy services
  • 72251000 - Disaster recovery services
  • 72253000 - Helpdesk and support services
  • 72512000 - Document management services
  • 72514000 - Computer facilities management services
  • 75100000 - Administration services
  • 77314000 - Grounds maintenance services
  • 77320000 - Sports fields maintenance services
  • 79710000 - Security services
  • 79713000 - Guard services
  • 79810000 - Printing services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 90500000 - Refuse and waste related services
  • 90524000 - Medical waste services
  • 90620000 - Snow-clearing services
  • 90910000 - Cleaning services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911200 - Building-cleaning services
  • 90919000 - Office, school and office equipment cleaning services
  • 90920000 - Facility related sanitation services
  • 90922000 - Pest-control services
  • 98341140 - Caretaker services
  • 98395000 - Locksmith services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is intended to cover total facilities management and bundled FM packages with a broad scope of workplace and facilities management services including but not limited to (in any combination): cleaning, waste management, security, reception, post room, portage, M&E, lifecycle works, grounds maintenance, catering, pest control, energy management, health and safety management and administrative support services.

two.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 60

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) Description

two.2.1) Title

Cleaning Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911000 - Accommodation, building and window cleaning services
  • 90919000 - Office, school and office equipment cleaning services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is intended to cover daily/routine cleaning, periodic cleaning, reactive cleaning and additional/planned cleaning.

two.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 60

Price - Weighting: 40

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

Security Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 79710000 - Security services
  • 79992000 - Reception services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is intended to cover alarm receiving centre (ARC), alarm response, assistance for PEEPS, building evacuation, call handling (out of hours), CCTV monitoring (onsite/offsite), close protection/escort, door supervision, identity/security pass management, incident investigation and reporting, key holding, key/access card management, lone worker monitoring, reception duties, responsive security, searching, security dog handling, security risk assessment and crime prevention, security static/mobile/patrols, security training, threat response management, waking watch (fire).

two.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 60

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) Description

two.2.1) Title

Building & Engineering Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45350000 - Mechanical installations
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50610000 - Repair and maintenance services of security equipment
  • 50700000 - Repair and maintenance services of building installations
  • 50750000 - Lift-maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71330000 - Miscellaneous engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is intended to cover maintenance of mechanical/electrical installations and building fabric. Includes planned preventative maintenance, reactive maintenance (e.g. remedial works, call-outs), planned repairs and improvements (e.g. lifecycle works, minor works, alterations).

two.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 60

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


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

Refer to the ITT documents. 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.

Public Liability £5 million

Employers Liability £10 million

Professional Indemnity

Lot 1 - £2 million

Lot 2 & 3 - £0.5 million

Lot 4 - £1 million

Product Liability

Lot 1 & 4 only - £2 million

three.1.3) Technical and professional ability

List and brief description of selection criteria

Economic operators will need to demonstrate relevant experience and that they have competent staff in relevant disciplines for each lot applied for.

Lots 1:

• Membership of an electrical 'Approved Contractor' scheme by an organisation that is accredited to ISO/IEC 17065:2012 such as NICEIC or NAPIT

• Gas Safe Registration

• Security Industry Association (SIA) Approved Contractor under the 'Security Guarding' Approved Contractor Scheme

Lot 2: None.

Lot 4:

• Security Industry Association (SIA) Approved Contractor under the 'Security Guarding' Approved Contractor Scheme

Lot 5:

• Membership of an electrical 'Approved Contractor' scheme by an organisation that is accredited to ISO/IEC 17065:2012 such as NICEIC or NAPIT

• Gas Safe Registration

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Lot 1 and Lot 4: Gas Safe Registration required for operatives working on gas by virtue of The Gas Safety (Installation and Use) Regulations 1998 Regulation 3.

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 000-016931

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

22 November 2024

Local time

10:00am

Changed to:

Date

29 November 2024

Local time

10:00am

See the change notice.

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

22 November 2024

Local time

10:00am

Place

Virtual/online or at Puma Court, Kings Drive, Kings Business Park, Prescot, L34 1PJ

Information about authorised persons and opening procedure

Fusion21 Members and Staff


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