Skip to main content.

Fusion21 Members Consortium: Fusion21 Decarbonisation Framework

  Fusion21 Members Consortium is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fusion21 Decarbonisation Framework
Notice type: Contract Notice
Authority: Fusion21 Members Consortium
Nature of contract: Works
Procedure: Open
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.
Published: 20/09/2021 16:29
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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


View any Notice Addenda

Fusion21 Decarbonisation Framework

UK-Prescot: Thermal insulation work.

Section I: Contracting authority/entity (as stated in the original notice)

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

Section II: Object (as stated in the original notice)

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 Corrigendum confirms an extension of the tender deadline from 27th October to 8th November 2021 at 12noon.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 07/10/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 023377   
   Notice number in OJ S:    2021/S 000 - 23377
   Date of dispatch of the original notice: 20/09/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: IV.2.2          
         Instead of:
         Date: 27/10/2021         
         Local Time: 12:00          
         Read:
         Date: 08/11/2021         
         Local Time: 12:00                   
   
VII.2) Other 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



Fusion21 Decarbonisation Framework

UK-Prescot: Thermal insulation work.

Section I: Contracting authority/entity (as stated in the original notice)

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

Section II: Object (as stated in the original notice)

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 Corrigendum confirms changes to the accreditation requirements in Lot 1.
Organisations should also note that tenders will now be opened on 8th November 2021 at 12.30pm and not 27th October 2021 at 12.30pm (ref IV.2.7 of the Contract Notice).

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 07/10/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 023377   
   Notice number in OJ S:    2021/S 000 - 23377
   Date of dispatch of the original notice: 20/09/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: III.1.1          
         Lot No: Not provided          
         Place of text to be modified: III.1.1          
         Instead of: The accreditations below must be held directly by the bidder:
Trustmark Registration
PAS2035:2019          
         Read: The accreditations below must be held either directly by the bidder, or evidenced through the bidders supply chain, or the bidder evidences they are working towards:
Trustmark Registration
PAS2030:2019
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: IV.2.7          
         Lot No: Not provided          
         Place of text to be modified: IV.2.7          
         Instead of: 27th October 2021 at 12.30pm          
         Read: 8th November 2021 at 12.30pm
                                    
   
VII.2) Other 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


View Award Notice

UK-Prescot: Thermal insulation work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.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 Of The Contract

   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 has developed 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 award notice summarises the outcome and suppliers appointed to the Framework.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                          
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 750,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Whole House Decarbonisation   
      Lot No:1

      II.2.2) Additional CPV code(s):
            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
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the 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:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Decarbonisation of Public and Education Buildings   
      Lot No:2

      II.2.2) Additional CPV code(s):
            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
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the 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:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2021/S 000-23377
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Whole House Decarbonisation

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/01/2022

      V.2.2) Information about tenders
         Number of tenders received: 46
         Number of tenders received from SMEs: 31 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 46

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             A.C. Whyte & Co Ltd, SC054565
             6 Bowerwalls Place, Crossmill Business Park, Glasgow, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Breyer Group Plc, 00782931
             Faringdon Avenue, Harold Hill, Romford, Essex, RM3 8ST, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             BUILD THERM SERVICES LTD, 08449506
             Avondale House 262 Uxbridge Road, Pinner, HA5 4HS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             P. Casey & Co., Ltd, 01074194
             Rydlings Road, Rochdale, OL12 9PS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             City Energy Network Limited, 07889412
             Coptic House, Mount Stuart Square, Cardiff, CF10 5EE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Combined Facilities Management Ltd, NI037518
             65 Deerpark Road, Leitrim, Co Derry, BT45 8BS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             DK Hughes Energy Saving Solutions Ltd, 06213885
             Unit C3, The Court Kestrel Road, Trafford Park, Manchester, M17 1SF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Durkan Ltd, 00997195
             4 Elstree Gate, Elstree Way, Hertfordshire, WD6 1JD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             Dyson Energy Services Ltd, 01956726
             Dyson House, Armytage Road, Brighouse, HD6 1PT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             E.ON Energy Solutions Ltd, 03407430
             Westwood Way, Westwood Business Park, Coventry, CV4 8LG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Whole House Decarbonisation

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/01/2022

      V.2.2) Information about tenders
         Number of tenders received: 46
         Number of tenders received from SMEs: 31 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 46

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Eco-Gee Limited, 08267387
             15 Muir Road, Liverpool, L9 7AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             ENGIE Regeneration Limited, 01738371
             Shared Services Centre, Q3 Office Quorum Business Park, Benton Lane, Newcastle, NE12 8EX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Everwarm Ltd, SC390210
             3 Inchcorse Place, Whitehill Industrial Estate, Bathgate, EH48 2EE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Hugh LS McConnell Ltd, SC191842
             6 Inkerman Place, Kilmarnock, KA1 2RL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Jackson, Jackson & Sons Ltd, 04523444
             19 Prospect Road, Ossett, WF5 8AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Kier Services Limited, 02651873
             2nd Floor, Optimum House, Clippers Quay, Salford, M50 3XP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Liberty Group Investments Limited, 00968396
             Garden Works Charleywood Road, Knowsley Industrial Park, Liverpool, L33 7SG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Lovell Partnerships Limited, 02387333
             Kent House, 14 - 17 Market Place, London, W1W 8AJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             Low Carbon Exchange Limited, 07433422
             61 Gazelle Road, Weston-Super-Mare, BS24 9ES, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             Melius Homes Limited, 10504741
             Portland House, 11-13 Station Road, Kettering, NN15 7HH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Whole House Decarbonisation

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/01/2022

      V.2.2) Information about tenders
         Number of tenders received: 46
         Number of tenders received from SMEs: 31 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 46

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Mulalley and Co. Limited, 01534913
             Teresa Gavin House, Woodford Avenue, Essex, IG8 8FA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Next Energy Solutions Ltd, 10147744
             Butterworth Barlow House, 10 Derby Street, Prescot, L34 3LG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Novus Property Solutions Ltd, 02403551
             PO BOX 13, Five Towns House Hillside, Festival Way, Stoke-on-Trent, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Osborne Energy Limited, 03169565
             Suite 2 First Floor, Marine Court, East Sussex, TN38 0DX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Penny Lane Builders Ltd, 03157805
             Penny Lane House, Evans Road Venture Point, Liverpool, L24 9PG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Sustainable Building Services (UK) Ltd, 01382149
             Unit 2b Maple Court Maple View, Skelmersdale, WN8 9TW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             TSG Building Services plc, 03908728
             Tsg House Cranborne Industrial Estate, Cranborne Road, Potters Bar, EN6 3JN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Union Technical Services Ltd, SC493115
             C/O Horizon Ca 11, Somerset Place, Glasgow, G3 7JT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             United Living (South) Limited, 00817560
             Media House, Azalea Drive, Swanley, BR8 8HU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             VINCI Construction UK Limited, 02295904
             Astral House, Imperial Way, Watford, WD24 4WW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Whole House Decarbonisation

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/01/2022

      V.2.2) Information about tenders
         Number of tenders received: 46
         Number of tenders received from SMEs: 31 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 46

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Wates Property Services Limited, 01141788
             Wates House, Station Approach, Leatherhead, KT22 7SW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Yorkshire Energy Services CIC, 03995784
             Unit 1 Brookwoods Industrial Estate, Halifax, HX4 9BH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Decarbonisation of Public and Education Buildings

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/01/2022

      V.2.2) Information about tenders
         Number of tenders received: 23
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 23

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Alternative Heat Limited, NI054205
             Unit 18 - 19 Scarva Road Industrial Estate, Scarva Road, Banbridge, BT32 3QD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             BAM FM Limited, SC190053
             Kelvin House, Buchanan Gate Business Park, Glasgow, G33 6FB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Borras Construction Limited, 01520021
             1 Salar House, Campfield Road, Hertfordshire, AL1 5HT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Breyer Group Plc, 00782931
             Faringdon Avenue, Harold Hill, Romford, Essex, RM3 8ST, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Briggs & Forrester Group Ltd, 4342869
             Bembridge House, Bembridge Drive Kingsthorpe, Northampton, NN2 6LZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             P Casey & Co, 01074194
             Rydlings Road, Rochdale, OL12 9PS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Cenergist Ltd, 08191364
             7 Bede House, Glover Industrial Estate, Washington, NE37 2SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             CorEnergy Limited, 09342867
             Crossways Point 15 Victory Way, Crossways Business Park, Dartford, DA2 6DT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             ENGIE Regeneration Limited, 01738371
             Shared Services Centre, Q3 Office Quorum Business Park, Newcastle, NE12 8EX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             Everwarm Ltd, SC390210
             3 Inchcorse Place, Whitehill Industrial Estate, Bathgate, EH48 2EE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 250,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Decarbonisation of Public & Education Buildings

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/01/2022

      V.2.2) Information about tenders
         Number of tenders received: 23
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 23

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             GRAHAM Asset Management Ltd t/a GRAHAM, NI071100
             5 Ballygowan Road, Co Down, BT26 6HX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Kier Services Limited, 02651873
             2nd Floor, Optimum House, Salford, M50 3XP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Robert Woodhead Limited, 01360957
             Edwinstowe House High Street, Mansfield, NG21 9PR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Seddon Construction Limited, 03578140
             Plodder Lane, Edge Fold, Bolton, BL4 0NN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Sewell Construction Ltd, 00525842
             Geneva Way, Leads Road, Hull, HU7 0DG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Vital Energi Utilities Ltd, 04050190
             Century House, Roman Road, Blackburn, BB1 2LD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Wates Property Services Limited, 01141788
             Wates House, Station Approach, Leatherhead, KT22 7SW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             William Birch & Sons Ltd, 00129834
             1 Link Road Court, York, YO10 3JQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 250,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: 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/
To view this notice, please click here:
https://fusion21.delta-esourcing.com/delta/viewNotice.html?noticeId=659846397

   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 review procedure may be obtained
          Cabinet Office
          70 Whitehall, London, SW1A 2AS, United Kingdom

   VI.5) Date of dispatch of this notice: 28/01/2022