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: No.
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./5P6SBUK426
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 DPS
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 DPS to complement their existing YIF Framework, for the provision of Construction Services to conduct a range of improvement, refurbishment and alterations of existing buildings.

The DPS will be primarily used where projects, due to their size, nature and/or location require a more dynamic solution. This DPS is designed and intended to provide flexibility for applicants to engage with local and regional SME supply chains to deliver projects, and to provide capacity for lower value projects. It is intended to complement the existing YIF framework and provide a compliant procurement route that can supplement and increase capacity within supply networks.

This opportunity is accessible for Permissible Users within England, it can be applied for by organisations outside of England but suppliers MUST be able to demonstrate within their response that they are able to deliver projects linked to the scope of works within England.
II.1.5) Estimated total value:
Value excluding VAT: 100,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

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 DPS 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
Start: 28/06/2023 / End: 31/01/2026
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2

Objective criteria for choosing the limited number of candidates: 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: The YIF DPS will be in place until 31st January 2026, with the option to extend for one more year until 31st January 2027.
To respond to this opportunity please click here: https://fusion21.delta-esourcing.com/respond/5P6SBUK426


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
DPS suppliers will be required to deliver social value outcomes through the delivery of call-off contracts in accordance with Clause 24 of the DPS 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 RESTRICTED
IV.1.1) Type of procedure: Restricted

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
The procurement involves the setting up of a dynamic purchasing system
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: No
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: 09/06/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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



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: 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.

This DPS is established for the use by entities that don’t fall within the definition of a contracting authorities as per Reg 2 (1) of the PCR 15 but who’s procurement activity would either; fall in scope of the PCR 15 by virtue of Reg 13 when in receipt of grant funding from the YIF (or its successor), from any organisation acting as a grant intermediary on behalf of the DCMS (or any successor), or to comply with the terms and/or requirements of the YIF grant conditions whereby procurements that are sub-threshold must have been competitively tendered or such other process undertaken that demonstrates value for money and include measures for the prevention of corruption.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-work./5P6SBUK426

To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/5P6SBUK426
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: 10/05/2023

Annex A