- Scope of the procurement
- Lot 1. Asbestos Surveying & Consultancy
- Lot 2. Asbestos Abatement & Removal
- Lot 3. Legionella & Water Hygiene Consultancy
- Lot 4. Legionella Monitoring & Control
- Lot 5. Fire Safety Surveying & Consultancy (Multi- Disciplinary)
- Lot 6. Fire Risk Assessments
- Lot 7. Fire Safety Inspections
- Lot 8. Passive Fire Protection
- Lot 9. Fire Suppression (Sprinkler & Mist) Systems
- Lot 10. Active Fire Safety
- Lot 11. Warden Call & Tele-health
- Lot 12. Electronic Security
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
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 Building Safety & Compliance Framework
two.1.2) Main CPV code
- 45300000 - Building installation work
two.1.3) Type of contract
Works
two.1.4) Short description
Fusion21 is developing a framework for Building Safety and Compliance related works/services. 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 12 lots, these include:
Lot 1: Asbestos Surveying & Consultancy
Lot 2: Asbestos Abatement & Removal
Lot 3: Legionella & Water Hygiene Consultancy
Lot 4: Legionella Monitoring & Control
Lot 5: Fire Safety Surveying & Consultancy (Multi- Disciplinary)
Lot 6: Fire Risk Assessments
Lot 7: Fire Safety Inspections
Lot 8: Passive Fire Protection
Lot 9: Fire Suppression (Sprinkler & Mist) Systems
Lot 10: Active Fire Safety
Lot 11: Warden Call & Tele-health
Lot 12: Electronic Security
two.1.5) Estimated total value
Value excluding VAT: £800,000,000
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:
Suppliers will not be able to bid on the following combinations of lots:
* Both Lot 1 and Lot 2 together.
* Both Lot 3 and Lot 4 together.
* Lots 8, 9 or 10 if bidding for either of Lot 5 or Lot 6 and vice versa.
two.2) Description
two.2.1) Title
Asbestos Surveying & Consultancy
Lot No
1
two.2.2) Additional CPV code(s)
- 71313410 - Risk or hazard assessment for construction
- 71315100 - Building-fabric consultancy services
- 71317210 - Health and safety consultancy services
- 71600000 - Technical testing, analysis and consultancy services
- 71900000 - Laboratory services
- 80500000 - Training services
- 80531200 - Technical training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes asbestos consultancy, surveying, analysis, air monitoring, training and related services.
two.2.5) Award criteria
Quality criterion - Name: Quality / 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
Asbestos Abatement & Removal
Lot No
2
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes asbestos encapsulation, asbestos removal, asbestos disposal, making good and related works/services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £90,000,000
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
Legionella & Water Hygiene Consultancy
Lot No
3
two.2.2) Additional CPV code(s)
- 71313410 - Risk or hazard assessment for construction
- 71317210 - Health and safety consultancy services
- 71600000 - Technical testing, analysis and consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 80500000 - Training services
- 80531200 - Technical training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes water hygiene consultancy services, undertaking risk assessments, producing written schemes/management plans, training and related services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £10,000,000
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
Legionella Monitoring & Control
Lot No
4
two.2.2) Additional CPV code(s)
- 45332000 - Plumbing and drain-laying work
- 50511000 - Repair and maintenance services of pumps
- 50513000 - Repair and maintenance services of taps
- 50514100 - Repair and maintenance services of tanks
- 51810000 - Installation services of tanks
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71800000 - Consulting services for water-supply and waste consultancy
- 71900000 - Laboratory services
- 80531200 - Technical training services
- 90913100 - Tank-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes water hygiene and legionella monitoring, system labelling, temperature monitoring, TMV testing, water sampling and testing, system/tank chlorination, remedial works (e.g. dead leg removal, tank replacement) and related works/services.
two.2.5) Award criteria
Quality criterion - Name: Quality / 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
Fire Safety Surveying & Consultancy (Multi- Disciplinary)
Lot No
5
two.2.2) Additional CPV code(s)
- 71313410 - Risk or hazard assessment for construction
- 71315400 - Building-inspection services
- 71317100 - Fire and explosion protection and control consultancy services
- 71317210 - Health and safety consultancy services
- 71600000 - Technical testing, analysis and consultancy services
- 71631000 - Technical inspection services
- 75251110 - Fire-prevention services
- 80500000 - Training services
- 80531200 - Technical training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes carrying out fire safety related consultancy services. This includes providing any of the following services: visual and intrusive building surveys/inspections internal/external, compartmentation surveys/fire stopping inspections, cladding surveys (EWS1 Forms), 3D scanning and BIM modelling, fire engineering design/strategy development/review (Designer/Principal Designer), fire risk assessment, contract/works management, auditing, building handover acceptance auditing, building safety case development/ownership/maintenance, training, related software, and related services/works, e.g. opening up/making good.
It is anticipated these will be provided by any of the following roles and associated disciplines that may work collaboratively as part of a multi-disciplinary team: surveyor, inspector, fire/structural engineer, fire risk assessor, building safety manager, employers agent, contract administrator, project manager, cost manager, clerk of works.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £20,000,000
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
Fire Risk Assessments
Lot No
6
two.2.2) Additional CPV code(s)
- 71313410 - Risk or hazard assessment for construction
- 71317100 - Fire and explosion protection and control consultancy services
- 71317210 - Health and safety consultancy services
- 75251110 - Fire-prevention services
- 80500000 - Training services
- 80531200 - Technical training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes carrying out fire risk assessments for the purposes of the Regulatory Reform (Fire Safety) Order 2005 (as may be superseded) and related training. Indicatively this lot is not intended to cover ‘higher-risk’ or complex buildings but they are not prohibited from the scope.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
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) Description
two.2.1) Title
Fire Safety Inspections
Lot No
7
two.2.2) Additional CPV code(s)
- 71315400 - Building-inspection services
- 71631000 - Technical inspection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes the routine or ad-hoc inspection of buildings and fire doors relating to fire safety and health and safety standards. For example: means of warning and escape, spread of fire (internal and external), fire fighting installations/equipment, signage.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
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) Description
two.2.1) Title
Passive Fire Protection
Lot No
8
two.2.2) Additional CPV code(s)
- 44221220 - Fire doors
- 45343000 - Fire-prevention installation works
- 45343100 - Fireproofing work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes design, supply, installation and maintenance of passive fire safety works including fire doors and fire stopping.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £290,000,000
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
Fire Suppression (Sprinkler & Mist) Systems
Lot No
9
two.2.2) Additional CPV code(s)
- 35111500 - Fire suppression system
- 44115500 - Sprinkler systems
- 45343000 - Fire-prevention installation works
- 45343100 - Fireproofing work
- 45343230 - Sprinkler systems installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes design, supply, installation and maintenance of fire suppression (sprinkler and mist) systems. This lot includes wet and dry risers and similar fire-fighting equipment/installations.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
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) Description
two.2.1) Title
Active Fire Safety
Lot No
10
two.2.2) Additional CPV code(s)
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 35111000 - Firefighting equipment
- 35111320 - Portable fire-extinguishers
- 44480000 - Miscellaneous fire-protection equipment
- 45312100 - Fire-alarm system installation work
- 45343000 - Fire-prevention installation works
- 50413200 - Repair and maintenance services of firefighting equipment
- 51700000 - Installation services of fire protection equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes fire detection and alarm systems, fire evacuation systems, refuge intercoms, smoke alarms, emergency lighting, fire fighting equipment, sprinkler systems, wet risers, dry risers, AOVs and similar service/works.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £90,000,000
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
Warden Call & Tele-health
Lot No
11
two.2.2) Additional CPV code(s)
- 31620000 - Sound or visual signalling apparatus
- 33195000 - Patient-monitoring system
- 33196000 - Medical aids
- 42961100 - Access control system
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes design, installation, maintenance, inspection and testing of warden call systems and remote health monitoring and related works/services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
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) Description
two.2.1) Title
Electronic Security
Lot No
12
two.2.2) Additional CPV code(s)
- 31625000 - Burglar and fire alarms
- 35120000 - Surveillance and security systems and devices
- 42961100 - Access control system
- 45312000 - Alarm system and antenna installation work
- 50610000 - Repair and maintenance services of security equipment
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of this lot includes door entry/access control, CCTV, auto gates, barriers, doors, intruder alarms, TV aerial equipment and related works/services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
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
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 £1 million
Product Liability
Lots 8, 9, 10, 11 and 12 £5 million
Contractors All Risks
Lots 2, 4, 8, 10, 11 and 12 £250 thousand
Lot 9 £1 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.
Minimum level(s) of standards possibly required
Lot 1: Asbestos Surveying & Consultancy
- Asbestos: UKAS Accredited Inspection Body
Lot 2: Asbestos Abatement & Removal
- Asbestos: HSE Asbestos Licence (Standard)
Lot 3: Legionella & Water Hygiene Consultancy
- Legionella: Legionella Control Association Membership
Lot 4: Legionella Monitoring & Control
- Legionella: Legionella Control Association Membership
Lot 5: Fire Safety Surveying & Consultancy (Multi-Disciplinary)
N/A
Lot 6: Fire Risk Assessments
- Fire: Fire Risk Assessment Company Scheme
- Independent 3rd party certification to carry out fire risk assessments such as BAFE SP205 or Warrington Fire FRACS Company Scheme
Lot 7: Fire Safety Inspections
N/A
Lot 8: Passive Fire Protection
- Fire: Passive Fire Company Scheme
- Relevant/recognised 3rd party accredited company registration by a scheme such as FIRAS, BM Trada, LPCB, IFC, Blue Sky Certification
Lot 9: Fire Suppression (Sprinkler & Mist) Systems
- Fire: Fire Suppression
- Relevant/recognised 3rd party accredited company registration by a scheme such as LPCB LPS
Lot 10: Active Fire Safety
- Fire: Active Fire Company Scheme
- Relevant/recognised 3rd party accredited company registration by a scheme such as BAFE, LPCB LPS, BSI
Lot 11: Warden Call & Tele-health
- Warden Call: Telecare Services Association Membership
Lot 12: Electronic Security
- Electrical: Competent Person Scheme Operator
- Registered as an electrical Competent Person Scheme Operator (e.g. NICEIC or NAPIT)
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 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
Envisaged maximum number of participants to the framework agreement: 200
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 000-025973
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 January 2025
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 January 2025
Local time
12:30pm
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