UK-Prescot: Construction work.

UK-Prescot: Construction 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 8453082321, Email: info@fusion21.co.uk
Contact: Steffanie Swift
Main Address: https://www.fusion21.co.uk/, Address of the buyer profile: https://fusion21.delta-esourcing.com/
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:-Construction-work./9KFTPEC7S2
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
Body 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 Youth Investment Fund Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
45000000 - Construction work.

II.1.3) Type of contract: WORKS
II.1.4) Short description: Fusion21 is developing a Framework for the full provision of Building Refurbishment, New Build Construction, Modular Buildings and Consultants Services. The framework consists of four Lots:
Lot 1 - Building Refurbishment
Lot 2 - New Build Construction
Lot 3 - Modular Buildings
Lot 4 - Consultants
II.1.5) Estimated total value:
Value excluding VAT: 290,000,000
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: Not provided
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: Lot 1: Building Refurbishment
Lot No: 1
II.2.2) Additional CPV codes:
45453100 - Refurbishment work.
45262690 - Refurbishment of run-down buildings.
45453000 - Overhaul and refurbishment work.
45261900 - Roof repair and maintenance work.
50870000 - Repair and maintenance services of playground equipment.
50000000 - Repair and maintenance services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Scope of works for this lot include repair, improvement, decoration and minor re-modelling to existing buildings and structures to bring them up to modern standards and ensure they are fit for purpose. This can include both occupied buildings and empty buildings requiring significant refurbishment to bring them back into use.
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: 100,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
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 please click here: https://fusion21.delta-esourcing.com/respond/9KFTPEC7S2
II.2) Description Lot No. 2

II.2.1) Title: Lot 2: New Build Construction
Lot No: 2
II.2.2) Additional CPV codes:
45000000 - Construction work.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: All types of building construction works and may include design and other services as required for design and build construction works, In addition to the works covered within the scope of lot 2 further works will cover but not be limited to:
•Extension of existing structures
•Conversion of existing structures
•Alterations to existing structures
•New builds
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: 100,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
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: Not provided
II.2) Description Lot No. 3

II.2.1) Title: Lot 3: Modular Buildings
Lot No: 3
II.2.2) Additional CPV codes:
44211100 - Modular and portable buildings.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provide a full turnkey solution for the Design, Manufacture and Installation of Buildings of Modular construction to existing and new property estates, an efficient and sustainable building solution for either temporary or permanent requirements.
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: 60,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
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: Not provided
II.2) Description Lot No. 4

II.2.1) Title: Lot 4: Consultants
Lot No: 4
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.
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.
71250000 - Architectural, engineering and surveying 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.
71324000 - Quantity surveying services.
71311000 - Civil engineering consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provide a flexible and wide-ranging set of professional consultancy services. Lot 4 will provide a range of building safety and compliance works and services that will enable Fusion 21 Permissible Users to ensure the safety and compliance of their asset portfolio.
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: 30,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
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: Not provided


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 for requirements
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:
Not Provided
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: Yes
Additional information about electronic auction:
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: 11/11/2022 Time: 09:00

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: 11/11/2022
Time: 09:30
Place:
Fusion21, Puma Court, Kings Business Park, Prescot, L34 1PJ


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-work./9KFTPEC7S2

To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/9KFTPEC7S2
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:
Not provided
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: 07/10/2022

Annex A