UK-Prescot: Consultative engineering and construction services.

UK-Prescot: Consultative engineering and construction services.
Section I: Contracting Authority
I.1) Name and addresses
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park, Kings Drive, Prescot, L34 1PJ, United Kingdom
Tel. +44 1514813000, Fax. +44 1514813001, Email: info@fusion21.co.uk
Main Address: http://www.fusion21.co.uk, Address of the buyer profile: https://www.fusion21.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://fusion21.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: A consortium of organisations governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fusion21 Consultants Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
71310000 - Consultative engineering and construction services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Fusion21 is developing a 4 year Framework for full provision of consultancy services across public sector estates. This procurement exercise is inviting tenders from all interested organisations who meet the criteria set out in the tender documentation for the Lots they wish to bid for. The framework is split into twelve (12) lots, these include:
Lot 1- Project Management and Multidisciplinary Consultancy Services and Lead Consultant
Lot 2- Stock Monitoring & Appraisal
Lot 3- Building Information Modelling
Lot 4- Architectural
Lot 5- Fit-Out Consultancy
Lot 6- Heritage and Conservation
Lot 7- Structural and Civil Engineering
Lot 8- Building Engineering Services
Lot 9- Facilities Management Consultancy
Lot 10- Principal Designer
Lot 11- Zero Carbon and Sustainability
Lot 12- Valuations
II.1.5) Estimated total value:
Value excluding VAT: 120,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 12
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any combination is permissible.

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Project Management and Multidisciplinary Consultancy Services and Lead Consultant
Lot No: 1
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71315200 - Building consultancy services.
72224000 - Project management consultancy services.
73210000 - Research consultancy services.
71315300 - Building surveying services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this Lot includes:
•Preparatory surveys
•Feasibility reports
•Cost planning, control and reporting (including budgeting and cashflow forecasting)
•Lead Consultant services
•Quantity surveying services
•Contract administration services
•Employer’s agent services
•Contract procurement and documentation
•Party wall surveys, obligations and agreements
•Compliance with planning and building regulations
•Building surveying services
•Clerk of works services
•Performance monitoring and reporting
•Risk management
•Project management services
•Programme planning
•Contract drafting and contract advice
•Expert Witness
•Fund Monitoring
•Pre-acquisition surveys
•Schedules of dilapidations
•Insurance reinstatement cost assessment
•Defects Diagnosis/Building Pathology
•Mediation
•Arbitration
•Multi Disciplinary Consultancy Services
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 45,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 1 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 1 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/9HKPN6AR77
II.2) Description Lot No. 2

II.2.1) Title: Stock Monitoring & Appraisal
Lot No: 2
II.2.2) Additional CPV codes:
71315300 - Building surveying services.
71530000 - Construction consultancy services.
71314300 - Energy-efficiency consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this Lot includes:
•Disposal option surveys
•Technical audits
•Stock condition surveys
•Non Traditional Housing Surveys and remedial works specification
•Business planning
•Dilapidation surveys
•Schedule of condition
•SAP rating/ NHER analysis and Energy Performance Certificates (EPC’s)
•Air tightness surveys
•Decent home surveys and compliance
•Disability access audits
•HHSRS surveys and reports
•Fire Risk Assessment
•Drone surveys
•Software support
•Database modelling
•Property archetype grouping and analysis
•GIS integration
•Stock condition data and analysis
•Investment programme modelling
•Management information reporting
•Option appraisal modelling
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 20,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 2 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 2 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/QKJ3CN226Q
II.2) Description Lot No. 3

II.2.1) Title: Building Information Modelling
Lot No: 3
II.2.2) Additional CPV codes:
71315100 - Building-fabric consultancy services.
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
71530000 - Construction consultancy services.
72220000 - Systems and technical consultancy services.
72224000 - Project management consultancy services.
72266000 - Software consultancy services.
79415200 - Design consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this Lot includes:
•Organisation up-skilling through our Knowledge Transfer Workshops
•Development of pre-project requirements
•In-project consultancy roles
•Post-project support services
•Lead Appointed Party
•BIM Manager Services
•BIM Coordinator Services
•3D scan existing building (inside & outside) using LIDAR, Drones, etc. to build up point cloud.
•Build BIM Model (min. Level 2) to facilitate the golden thread of information.
•Overlay fire and other related data (e.g. compartments, detection, equipment).
•Host/provide a Common Data Environment & BIM model and provide access to the Member and authorised 3rd parties.
•Train Member staff in BIM.
•BIM Model interrogation and reporting
•BIM Model auditing
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 3 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 3 which can be accessed here
https://fusion21.delta-esourcing.com/respond/9233H588P7
II.2) Description Lot No. 4

II.2.1) Title: Architectural
Lot No: 4
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71315200 - Building consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71221000 - Architectural services for buildings.
71251000 - Architectural and building-surveying services.
71313420 - Environmental standards for construction.
71220000 - Architectural design services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this Lot includes:
•RIBA Plan of Work 2020 Services
•Building Information Modelling
•Sustainability
•Principal Designer
•Contract Administration
•Employers Agent
•Architectural and drafting services
•BREEAM assessments
•Masterplanning
•Planning application and appeal
•Feasibility reports
•Building Information Modelling
•New build
•Alterations and extensions
•Penthouse extensions
•Hidden homes and infill sites
•Refurbishments
•Conversions
•Planning designs and applications
•Working details
•As built drawings
•Section 106 planning agreements
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 4 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 4 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/M2VBFX3PFX
II.2) Description Lot No. 5

II.2.1) Title: Fit-Out Consultancy
Lot No: 5
II.2.2) Additional CPV codes:
79932000 - Interior design services.
79933000 - Design support services.
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
71541000 - Construction project management services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this Lot includes
•Strategic Definition And Preparation Of Brief
•Client Awareness and staff development workshops
•Utilisation Studies
•Workplace Strategy
•Space Strategy
•ICT Strategy
•HR Strategy
•Budget and cost requirements
•Concept design
•Detailed design
•Measured surveys
•Tendering
•Project co-ordination
•Associated CAD/BIM services
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 5 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932.
2.Complete the tender box (quality and price) for Lot 5 which can be accessed here
https://fusion21.delta-esourcing.com/respond/WM545WJ8U9
II.2) Description Lot No. 6

II.2.1) Title: Heritage and Conservation
Lot No: 6
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71315200 - Building consultancy services.
71315300 - Building surveying services.
71251000 - Architectural and building-surveying services.
71221000 - Architectural services for buildings.
71313420 - Environmental standards for construction.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes:
•RIBA Plan of Work 2020 Services
•Building Information Modelling
•Sustainability
•Principal Designer
•Contract Administration
•Employers Agent
•Planning and Listed Buildings consent, building control approvals
•Liaison with Statutory and Regulatory bodies
•Historic site analysis and assessment
•Significance assessment
•Conservation Management Planning
•Heritage Master planning
•Conservation Area Appraisals
•Heritage planning advice
•Adaptation, restoration, protection and rehabilitation of monuments, buildings, groups of buildings and sites
•Grants and funding
•Archaeology
•Clerk of works
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 6 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 6 which can be accessed here
https://fusion21.delta-esourcing.com/respond/M9WAMJ2B78
II.2) Description Lot No. 7

II.2.1) Title: Structural and Civil Engineering
Lot No: 7
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71315200 - Building consultancy services.
71250000 - Architectural, engineering and surveying services.
71311000 - Civil engineering consultancy services.
71312000 - Structural engineering consultancy services.
71322000 - Engineering design services for the construction of civil engineering works.
71322100 - Quantity surveying services for civil engineering works.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes:
•New build and refurbishment
•Pre-planning feasibility studies
•Structural design
•Building Information Modelling
•Sustainability
•Structural investigations and inspections
•Structural reports and advice
•Infrastructure engineering
•Site investigations
•Flood Impact Assessment
•Contaminated land investigation & risk assessment
•Contaminated land remediation
•Geo environmental investigations
•Transport
•Highways Works
•Drainage Engineering
•Sustainable drainage systems
•Temporary works design
•Tall structures
•Specialist capability in historic and listed buildings
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 6,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 7 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 7 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/6K3VN88T7U
II.2) Description Lot No. 8

II.2.1) Title: Building Engineering Services
Lot No: 8
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71315200 - Building consultancy services.
71315300 - Building surveying services.
71250000 - Architectural, engineering and surveying services.
71324000 - Quantity surveying services.
71311000 - Civil engineering consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes:
•New build and refurbishment
•Design
•Sustainability
•Lead Consultant services
•Building Information Modelling
•Plant audits
•Commissioning management
•Client training
•Commissioning systems
•Site surveys
•Feasibility studies
•Electronic permit to work
•Programming of works
•Electronic O & M documentation
•Heating Ventilation Air Conditioning (HVAC) design and installation management
•Maintenance service management
•Communication lines, telephones and IT networks (ICT)
•Fire detection and protection
•Lightning protection
•High Voltage (HV) and Low Voltage (LV) systems, distribution boards and switchgear
•Natural lighting, artificial lighting, and building facades
•Security and alarm systems
•Ventilation and refrigeration
•Water, drainage and plumbing
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 6,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 8 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 8 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/8H6D35SNAQ
II.2) Description Lot No. 9

II.2.1) Title: Facilities Management Consultancy
Lot No: 9
II.2.2) Additional CPV codes:
71315100 - Building-fabric consultancy services.
71315210 - Building services consultancy services.
72221000 - Business analysis consultancy services.
72224000 - Project management consultancy services.
79418000 - Procurement consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes:
•Strategic review
•Strategy Development/options appraisal
•Stakeholder management
•Specification development
•Asset Capture
•FM Procurement
•Soft Landing
•Contract Audit
•Service review/health check
•Benchmarking/Soft market testing
•Interim Contract support
•FM Advice
•Defects Management
•Life Cycle Costing
•Energy advice
•Space Planning
•PFI/BSF consulting
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 9 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 9 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/ZWD496YP4T
II.2) Description Lot No. 10

II.2.1) Title: Principal Designer
Lot No: 10
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71315200 - Building consultancy services.
71317210 - Health and safety consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes:
•Principal Designer Duties under the CDM Regulations 2015 (as may be superseded)
•Health & Safety Audits
•Competency Assessments
•Accident Investigation
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 10 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 10 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/V2478U9ZPB
II.2) Description Lot No. 11

II.2.1) Title: Zero Carbon and Sustainability
Lot No: 11
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71314300 - Energy-efficiency consultancy services.
71313000 - Environmental engineering consultancy services.
71313400 - Environmental impact assessment for construction.
71313420 - Environmental standards for construction.
71313450 - Environmental monitoring for construction.
90700000 - Environmental services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes:
•Road map to net zero carbon consultancy
•Client Awareness and staff development workshops
•Stock Assessment, data analysis and archetyping
•Strategy development and data modelling (energy/EPC data)
•Corporate sustainability/ESG strategy
•Advice and identification of refurbishment options and building fabric solutions
•Grant/funding management
•Retrofit Co-ordinator (PAS 2035) roles
•Retrofit Assessor
•Retrofit designers
•Procurement and oversight of works
•Post installation monitoring
•Scoping Reviews
•Baseline Assessment
•Strategic options appraisal
•Building Fabric Solutions
•Renewables and Energy Sources
•Finance and Funding
•Tax Incentives
•Advisory support
•Change Management
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Quality / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 20,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 11 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 11 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/NGJ7Z5P4WP
II.2) Description Lot No. 12

II.2.1) Title: Valuations
Lot No: 12
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71315200 - Building consultancy services.
79419000 - Evaluation consultancy services.
70332200 - Commercial property management services.
70331000 - Residential property services.
66171000 - Financial consultancy services.
79111000 - Legal advisory services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes:
•Residential and commercial property valuations
•Portfolio valuations
•Leasehold valuations
•Enfranchisement
•Planning, development and funding
•Portfolio advisory
•Sales
•Option appraisal, feasibility and disposal
•Compulsory Purchase and compensation
•Loan security and finance
•Expert witness and litigation support
•Right to Buy
•Valuation Tribunal and Upper Tribunal
•Purchasers Agent
•Development Agent
•Due Diligence
•Masterplanning
•Development appraisals
•Sales and lettings
•Option appraisal, feasibility and disposal
•Taxation and Business Rates
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 12 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 12 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/JBAJZ7WC59


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.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.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.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: 15
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/07/2021 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 08/07/2021
Time: 12:00
Place:
Fusion21, Puma Court, Kings Business Park, Knowsley, L34 1PJ


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.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. 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.

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/

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Consultative-engineering-and-construction-services./CU8P7VP932

To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
N/A
N/A, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 21/05/2021

Annex A