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/VSVEK4W3T5
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 Refurbishment, Construction, New Build & Modular Building 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 Refurbishment, Construction, New Build & Modular Building works for UK Public Sector public sector organisations to access.
two.1.5) Estimated total value
Value excluding VAT: £305,000,000
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
Internal & External Refurbishment
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45300000 - Building installation work
- 45400000 - Building completion work
- 45210000 - Building construction work
- 45220000 - Engineering works and construction works
- 45260000 - Roof works and other special trade construction works
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45340000 - Fencing, railing and safety equipment installation work
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45261000 - Erection and related works of roof frames and coverings
- 45262000 - Special trade construction works other than roof works
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71540000 - Construction management services
- 45262650 - Cladding works
- 44112000 - Miscellaneous building structures
- 44130000 - Sewer mains
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45120000 - Test drilling and boring work
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211200 - Sheltered housing construction work
- 45211310 - Bathrooms construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211320 - Porches construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212100 - Construction work of leisure facilities
- 45212110 - Leisure centre construction work
- 45212140 - Recreation installation
- 45212170 - Entertainment building construction work
- 45212200 - Construction work for sports facilities
- 45212222 - Gymnasium construction work
- 45212224 - Stadium construction work
- 45212225 - Sports hall construction work
- 45212230 - Installation of changing rooms
- 45212290 - Repair and maintenance work in connection with sports facilities
- 45212300 - Construction work for art and cultural buildings
- 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
- 45212360 - Religious buildings construction work
- 45214000 - Construction work for buildings relating to education and research
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215100 - Construction work for buildings relating to health
- 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
- 45223000 - Structures construction work
- 45232000 - Ancillary works for pipelines and cables
- 45262690 - Refurbishment of run-down buildings
- 45453000 - Overhaul and refurbishment work
- 45453100 - Refurbishment work
- 70110000 - Development services of real estate
- 70111000 - Development of residential real estate
- 70112000 - Development of non-residential real estate
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71541000 - Construction project management 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
Works may be completed to the internal and external areas of any existing operational, residential, industrial or commercial assets, public building and any other property and related assets owned, rented, leased by any of the Members who may use this framework, or on property and related assets in which any of the Members may have an interest at the time or prospectively.
Intended works will cover but will not be limited to:
•Refurbishment
•Regeneration
•Stock Improvement Programmes
•Fit-Out
•Change of Use
•Modernisation
•Upgrade Works
Lot 1 will be divided into further Sub-Lots as below:
Sub-Lot 1A Housing (Value bands £0-£2m, £2m-£5m, £5m+)
Sub-Lot 1B Education (Value bands £0-£2m, £2m+)
Sub-Lot 1C Health (Value bands £0-£2m, £2m+)
Sub-Lot 1D Wider public sector (Value bands £0-£2m, £2m+)
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/VSVEK4W3T5
Tender box (Quality & Price) https://fusion21.delta-esourcing.com/respond/BDU8W363Q9
two.2) Description
two.2.1) Title
Construction & New Build
Lot No
2
two.2.2) Additional CPV code(s)
- 45262650 - Cladding works
- 45000000 - Construction work
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45300000 - Building installation work
- 45400000 - Building completion work
- 71000000 - Architectural, construction, engineering and inspection services
- 45210000 - Building construction work
- 45220000 - Engineering works and construction works
- 45260000 - Roof works and other special trade construction works
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45340000 - Fencing, railing and safety equipment installation work
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45120000 - Test drilling and boring work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45223000 - Structures construction work
- 45261000 - Erection and related works of roof frames and coverings
- 45262000 - Special trade construction works other than roof works
- 70110000 - Development services of real estate
- 70112000 - Development of non-residential real estate
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 44112000 - Miscellaneous building structures
- 44130000 - Sewer mains
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211310 - Bathrooms construction work
- 45211320 - Porches construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
- 45212100 - Construction work of leisure facilities
- 45212110 - Leisure centre construction work
- 45212140 - Recreation installation
- 45212170 - Entertainment building construction work
- 45212200 - Construction work for sports facilities
- 45212222 - Gymnasium construction work
- 45212224 - Stadium construction work
- 45212225 - Sports hall construction work
- 45212230 - Installation of changing rooms
- 45212290 - Repair and maintenance work in connection with sports facilities
- 45212300 - Construction work for art and cultural buildings
- 45212360 - Religious buildings construction work
- 45214000 - Construction work for buildings relating to education and research
- 45215100 - Construction work for buildings relating to health
- 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
- 45232000 - Ancillary works for pipelines and cables
- 45262690 - Refurbishment of run-down buildings
- 45453000 - Overhaul and refurbishment work
- 45453100 - Refurbishment work
- 70111000 - Development of residential real estate
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
New build works or any type of additional building extensions/alteration works will cover but will not be limited to:
•Extension of Existing Structures
•Conversion of Existing Structures
•Alterations to Existing Structures
•New Builds
•Extra Care Schemes
•Roof Top Developments
•Infill Developments
•Housing Regeneration Schemes which include the Provision of Additional Housing Capacity
Lot 2 will be divided into further Sub-Lots as below:
Sub-Lot 2A Housing (Value bands £0-£5m, £5m+)
Sub-Lot 2B Education (Value bands £0-£5m, £5m+)
Sub-Lot 2C Health (Value bands £0-£5m, £5m+)
Sub-Lot 2D Wider public sector (Value bands £0-£5m, £5m+)
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/VSVEK4W3T5
Tender box (Quality & Price) https://fusion21.delta-esourcing.com/respond/43947WRWAP
two.2) Description
two.2.1) Title
Modular Buildings
Lot No
3
two.2.2) Additional CPV code(s)
- 44211100 - Modular and portable buildings
- 45210000 - Building construction work
- 45214000 - Construction work for buildings relating to education and research
- 45214200 - Construction work for school buildings
- 45223810 - Prefabricated constructions
- 45212100 - Construction work of leisure facilities
- 45212110 - Leisure centre 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
Covers the design, supply, installation and commissioning of modular buildings (including pre-construction works) of modular buildings.
Note – To be considered supply partners must provide a full turnkey solution to Fusion21 members including concept design, building regulations & planning, building works (including foundation) manufacturing and installation
The Lot makes provision for design & build or hire and includes but not limited to, modular buildings including but not limited to: research laboratory space, together with seminar rooms, library, learning resource centres, classrooms, social spaces, staff offices, communal areas, receptions, porterage areas, lecture theatres, classrooms, halls of residence, student areas, campus areas and facilities including sports and leisure, catering, religious, recreation, landscaping, car parking, and site security.
Lot 3 will be divided into further Sub-Lots as below:
Sub-Lot 3A Hire (No Value bands)
Sub-Lot 3B Design & Build (Value bands £0-£5m, £5m+)
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: £5,000,000
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/VSVEK4W3T5
Tender box (Quality & Price) https://fusion21.delta-esourcing.com/respond/JW4YKR7KED
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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: 2022/S 000-020317
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 February 2023
Local time
12:00pm
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
6 February 2023
Local time
12:00pm
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 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/frameworks/frameworks-permissible-users
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-work./VSVEK4W3T5" target="_blank">https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-work./VSVEK4W3T5
To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/VSVEK4W3T5" target="_blank">https://fusion21.delta-esourcing.com/respond/VSVEK4W3T5
GO Reference: GO-20221220-PRO-21793422
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
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