UK-Prescot: Thermal insulation work.

UK-Prescot: Thermal insulation work.
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, Email: info@fusion21.co.uk
Main Address: www.fusion21.co.uk, Address of the buyer profile: 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://www.delta-esourcing.com/tenders/UK-UK-Prescot:-Thermal-insulation-work./5N699P78MP
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 Decarbonisation Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
45321000 - Thermal insulation work.

II.1.3) Type of contract: WORKS
II.1.4) Short description: Fusion21 is developing a Framework for the provision of decarbonisation works and services for use by current and prospective Members. The Framework is split into two Lots:
Lot 1 - Whole House Decarbonisation
Lot 2 - Decarbonisation of Public and Education Buildings
This procurement exercise is inviting tenders from all interested companies who meet the criteria set out in the tender documentation for the Lots they wish to bid for, this includes PAS2035 accreditation (Lot 1) and a commitment to achieve PAS2038 (Lot 2). Full requirements of accreditation criteria are set out in the Qualification Questionnaire.
II.1.5) Estimated total value:
Value excluding VAT: 750,000,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

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

II.2.1) Title: Whole House Decarbonisation
Lot No: 1
II.2.2) Additional CPV codes:
45320000 - Insulation work.
45421100 - Installation of doors and windows and related components.
45261211 - Roof-tiling work.
45261410 - Roof insulation work.
45321000 - Thermal insulation work.
45210000 - Building construction work.
09331200 - Solar photovoltaic modules.
09331100 - Solar collectors for heat production.
45232141 - Heating works.
45331000 - Heating, ventilation and air-conditioning installation work.
45421151 - Installation of fitted kitchens.
45211310 - Bathrooms construction work.
09300000 - Electricity, heating, solar and nuclear energy.
45260000 - Roof works and other special trade construction works.
09323000 - District heating.
31610000 - Electrical equipment for engines and vehicles.
45315300 - Electricity supply installations.
31527260 - Lighting systems.
45100000 - Site preparation work.
45300000 - Building installation work.
45400000 - Building completion work.
71200000 - Architectural and related services.
71300000 - Engineering services.
71500000 - Construction-related services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Works and services to domestic dwellings, including but not limited to design and planning, retrofit coordination to PAS2035:2019 standards. Fabric measures including but limited to solid wall insulation, cavity & loft insulation, room in roof insulation, under floor insulation, draught proofing and airtightness. Ventilation systems and MVHR, renewable energy systems - solar photovoltaics and battery storage systems, air/ground source heating, heat networks, metering and monitoring, solar thermal systems and heating controls, plus whole house refurbishment works for both internal and external components, roofing, facias & soffits, windows & doors, kitchen and bathroom replacements.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 500,000,000
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/5N699P78MP

2.Complete the tender box (quality and price) for Lot 1 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/8R4WM5C3W5
II.2) Description Lot No. 2

II.2.1) Title: Decarbonisation of Public and Education Buildings
Lot No: 2
II.2.2) Additional CPV codes:
45320000 - Insulation work.
45321000 - Thermal insulation work.
45421130 - Installation of doors and windows.
45260000 - Roof works and other special trade construction works.
45261211 - Roof-tiling work.
45261410 - Roof insulation work.
45210000 - Building construction work.
09300000 - Electricity, heating, solar and nuclear energy.
09331200 - Solar photovoltaic modules.
09323000 - District heating.
45232141 - Heating works.
45331000 - Heating, ventilation and air-conditioning installation work.
31610000 - Electrical equipment for engines and vehicles.
45315300 - Electricity supply installations.
31527260 - Lighting systems.
45100000 - Site preparation work.
45300000 - Building installation work.
45400000 - Building completion work.
71200000 - Architectural and related services.
71300000 - Engineering services.
71500000 - Construction-related services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Works and services to non-domestic buildings - including but not limited to pre-construction activities, design and planning, RIBA stages 0-7 and PAS2038:2021. Fabric improvement measures, insulation systems, facades balconies, windows & doors, renewable energy systems, solar photovoltaic and battery storage systems, air/ground source heat pumps, district heat networks, hot water storage and controls, metering, and monitoring, BMS, LED lighting. Building improvements/refurbishment, including roofing.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 250,000,000
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 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/5N699P78MP

2.Complete the tender box (quality and price) for Lot 2 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/MADK49XV7V


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:
Lot 1 - Whole House Decarbonisation

The accreditations below must be held directly by the bidder:

Trustmark Registration
PAS2035:2019

The following accreditations must be evidenced by the bidder either directly or via a supply partner.

Microgeneration Certification Scheme (MCS) – Heat Pumps
Microgeneration Certification Scheme (MCS) – Solar PV
Microgeneration Certification Scheme (MCS) – Solar Thermal
Part P Electrical Safety Scheme
Gas Safe
OFTEC
WRAS Accreditation

Bidders who do not currently hold PAS2035:2019, but are currently awaiting assessment must provide evidence, the application process is under way (correspondence confirming application from the accreditation body).

Lot 2 Decarbonisation of Public and Education Buildings

PAS2038:2021 – Provide statement demonstrating commitment to working towards gaining assessment and accreditation.

The following accreditations must be evidenced by the bidder either directly or via a supply partner:

Microgeneration Certification Scheme (MCS) – Heat Pumps
Microgeneration Certification Scheme (MCS) – Solar PV
Microgeneration Certification Scheme (MCS) – Solar Thermal
Part P Electrical Safety Scheme
Gas Safe
OFTEC
HETAS
WRAS Accreditation
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.2.2) 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: 12
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: 27/10/2021 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: 27/10/2021
Time: 12:30
Place:
Fusion21, Puma Court, Kings Business Park, Prescot, L34 1PJ


Section VI: Complementary Information
VI.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.
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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 12 operators to be appointed to the framework, this means up to 12 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:-Thermal-insulation-work./5N699P78MP

To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/5N699P78MP
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: 20/09/2021

Annex A