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, Prescot, L34 1PJ, United Kingdom
Tel. +44 8453082321, Email: Tenders@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://fusion21.delta-esourcing.com/respond/VSVEK4W3T5
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 Refurbishment, Construction, New Build & Modular Building 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 Refurbishment, Construction, New Build & Modular Building works for UK Public Sector public sector organisations to access.
II.1.5) Estimated total value:
Value excluding VAT: 305,000,000
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: Internal & External Refurbishment
Lot No: 1
II.2.2) Additional CPV codes:
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.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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+)
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: 200,000,000
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 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
II.2) Description Lot No. 2

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

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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+)
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: 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 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
II.2) Description Lot No. 3

II.2.1) Title: Modular Buildings
Lot No: 3
II.2.2) Additional CPV codes:
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.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of 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+)
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: 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 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 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:
Not Provided
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: 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: 2022/S 000 - 020317
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/02/2023 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: 06/02/2023
Time: 12:00
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 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

To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/VSVEK4W3T5
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: 20/12/2022

Annex A