Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park
Prescot
L34 1PJ
UK
Contact person: Steffanie Swift
Telephone: +44 8453082321
E-mail: Tenders@fusion21.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.fusion21.co.uk/
Address of the buyer profile: https://fusion21.delta-esourcing.com/
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
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
II.1.2) Main CPV code
45000000
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:
100 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45453100
45262690
45453000
45261900
50870000
50000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the 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:
100 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
II.2.10) Information about variants
Variants will be accepted:
No
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
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
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
The procurement involves the setting up of a dynamic purchasing system
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/06/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
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:
<a href="https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-work./5P6SBUK426" target="_blank">https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-work./5P6SBUK426</a>
To respond to this opportunity, please click here:
<a href="https://fusion21.delta-esourcing.com/respond/5P6SBUK426" target="_blank">https://fusion21.delta-esourcing.com/respond/5P6SBUK426</a>
GO Reference: GO-2023510-PRO-22932414
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
10/05/2023