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
Telephone
+44 8453082321
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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