Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park, Kings Drive
Prescot
L34 1PJ
UK
Contact person: Steff Swift
Telephone: +44 8453082321
E-mail: Tenders@fusion21.co.uk
NUTS: UK
Internet address(es)
Main address: www.fusion21.co.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
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-structures-and-materials%3B-auxiliary-products-to-construction-%28excepts-electric-apparatus%29./75988P84Q6
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://fusion21.delta-esourcing.com/
Tenders or requests to participate must be sent to the following address:
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park, Kings Drive
Prescot
L34 1PJ
UK
Contact person: Steff Swift
Telephone: +44 8453082321
E-mail: Tenders@fusion21.co.uk
NUTS: UK
Internet address(es)
Main address: www.fusion21.co.uk
Address of the buyer profile: https://fusion21.delta-esourcing.com/
I.4) Type of the contracting authority
Other: An association formed by one or more bodies 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 Materials Supply and Associated Services Framework
II.1.2) Main CPV code
44000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Fusion21 is developing a framework for the full provision of construction and building materials across public sector estates. This framework is intended to primarily support Public Sector organisations with the provision of construction materials for the delivery of repairs and maintenance works to domestic properties, including external and communal areas.
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. The framework is split into 6 lots, these include:
1) General Building Materials;
2) Electrical;
3) Plumbing and Heating;
4) Managed Service;
5) Heating;
6) Adapted and Accessible Living.
II.1.5) Estimated total value
Value excluding VAT:
250 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
General Building Materials
II.2.2) Additional CPV code(s)
44111000
44100000
44000000
44110000
44800000
44140000
44160000
44170000
44190000
44200000
44210000
44220000
44221000
44500000
44530000
44420000
44400000
18000000
18100000
44510000
24000000
24900000
24960000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
The scope of this lot will include the supply of general building materials for repairs and maintenance works and will include, but not be limited to the supply of Heavyside building Materials, Lightside Building Materials, Timber and Sheet Materials, Loft Insulation, Doors, Windows and Joinery, Roofing Materials, Decorating and Interior Finishes, Fixings and Adhesives, Tools, PPE and Consumables.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Pricing
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
75 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
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
To respond to this opportunity please click here: https://fusion21.delta-esourcing.com/respond/75988P84Q6
Lot No: 2
II.2.1) Title
Electrical
II.2.2) Additional CPV code(s)
31600000
31000000
31650000
31300000
31320000
31620000
31680000
31210000
31700000
31500000
31211000
31212000
31213000
31214000
31215000
31216000
31217000
31218000
31219000
31710000
31520000
42000000
44000000
39000000
18000000
42500000
42100000
44400000
39700000
18100000
44100000
42510000
42160000
44410000
39710000
44111000
44480000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
The scope of this lot will include the supply of electrical products for repairs and maintenance works and will include, but not be limited to Fire Detection, Electrical Cable and Cable Accessories, Cable Management, PVC Conduit and Accessories, Steel Conduit, Switches, Sockets and Wiring Accessories, Distribution Units and Accessories, Electric Boilers, Electric Showers, Heating Controls, Domestic Fans, Fluorescent Tubes and Lamps, LED Lamps, Tubes and Fittings, Emergency Lighting, Panel Heaters, Electric Radiators, Consumables.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Pricing
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
25 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 3
II.2.1) Title
Plumbing and Heating
II.2.2) Additional CPV code(s)
39715200
42000000
44000000
24000000
18000000
42100000
44400000
44100000
42500000
24900000
18100000
42160000
42130000
44410000
44620000
44110000
42520000
24960000
44111000
44480000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
The scope of this lot will include the supply of plumbing, heating, gas and bathroom products for repairs and maintenance works and will include, but not be limited to Domestic Boilers, Domestic Flue Parts and Accessories, Heating Valves, Heating Spares, Water Treatment Chemicals and Filtration, Radiators, Heat Pumps, Heat Pump Cylinders and associated Accessories, Gas Fittings, Spares and Consumable Items, Baths and Bath Panels, Basins, Taps, Sanitary Ware, Showers, Shower Trays and Bathroom Spares.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Pricing
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
50 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 4
II.2.1) Title
Managed Services
II.2.2) Additional CPV code(s)
63120000
63100000
63000000
44111000
44100000
44000000
44110000
44800000
44140000
44160000
44170000
44190000
44200000
44210000
44220000
44221000
44500000
44530000
44420000
44400000
18000000
18100000
44510000
24000000
24900000
24960000
31600000
31000000
31650000
31300000
31320000
31620000
31680000
31210000
31700000
31500000
31211000
31212000
31213000
31214000
31215000
31216000
31217000
31218000
31219000
31710000
31520000
42000000
39000000
42500000
42100000
39700000
42510000
42160000
44410000
39710000
44480000
39715200
42130000
44620000
42520000
39141000
39140000
39100000
39120000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
The scope of this lot is for the supply of goods through the provision of a managed service solution and will be tailored to meet the Members individual requirements.
The main services within this lot include:
-Adapting and managing a Members existing store,
-Identification of a new site to create a dedicated managed store,
-Adapting an existing own branch to focus dedicated resources / site for Member use,
-Delivery model to Member or other specified location(s),
-Inventory management,
-Unmanned stores and drop-boxes,
-Pop-up locations and temporary storage facilities,
-Van stock management.
It is expected that the Managed Service provision will include the provision of goods across all lots within this framework.
Suppliers will provide the day-to-day management and customer service support for purchase to pay processes and customer service support during the ordering process and throughout the contract term and warranty period of the products (as relevant), support to Members completing collections and provide supporting IT services and applications to assist Members in a smooth ordering process for goods.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Pricing
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
75 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 5
II.2.1) Title
Kitchens
II.2.2) Additional CPV code(s)
39141000
39140000
39100000
39000000
44000000
44400000
44100000
39120000
44410000
42130000
44111000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
The scope of this lot will include the supply and delivery of kitchen products for installation in domestic kitchens and will include, but not be limited to Base Units, Corner Base Units, Wall Units, Larder Units, End Panels, Plinths, Worktops, Shelves, Doors, Sinks, Splashbacks and Kitchen Accessories. Kitchens to be supplied flat-packed or pre-assembled. Also to include optional design services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Pricing
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 6
II.2.1) Title
Adapted and Accessible Living
II.2.2) Additional CPV code(s)
44000000
44100000
44400000
44410000
42130000
44111000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
The scope of this lot will include the supply and delivery of Adapted Kitchens and Associated Appliances, Adapted Bathrooms/Wet Rooms; for installation in domestic settings and will include, but not be limited to Showers, Shower Seats, Grab Rails, Hinged Arms, Shower Wastes, Shower Curtains and Curtain Rails, Low-Profile Shower Trays, Above Ground Shower Trays, Wet Room Formers, Shower Screens, Sanitary Ware, Sanitary Ware Accessories, Safety Flooring, Kitchen Base Units, Larder Units with Slide Out Baskets, Wall Units with Pull-Down Baskets, Rise and Fall Units, Kitchen Accessories, Kitchen Appliances such as: Ceramic and Induction Hobs with Touch Controls, “Slide and Hide” Electric Ovens and Ovens with Side-Opening Doors.
Also to include optional design services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Pricing
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The viability of each tenderer will be assessed by considering the recent trends in profitability and a return on assets; long-term solvency and stability; and short-term solvency and liquidity. The procurement documents also include criteria for the following insurances: Employers Liability; Public Liability; Professional Indemnity; Product Liability;
Minimum level(s) of standards required:
Where major financial risks are identified and a tenderer shows little sign of current financial stability or improvement, leading to concerns that the tenderer may not complete the contract because of financial difficulties will lead to a tendered being disqualified. Evidence required may include Management Accounts. Further, tenderers must also hold the relevant insurances as set out in the tender documents or commit to obtaining the necessary insurances at the commencement of a call-off contract. Evidence required may include cover notes or quotations.
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
All Lots: Information Commissioners Office (ICO) Registration, and Cyber Essentials and UKAS Accreditation to BS EN ISO 9001:2015 Quality Management Systems (QMS)
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 accordance with Clause 24 of the framework agreement.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open 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.
IV.1.8) Information about 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:
2024/S 000-004635
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/06/2024
Local time: 10:00
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: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
14/06/2024
Local time: 10:15
Place:
Virtual/online or at Puma Court, Kings Drive, Kings Business Park, Prescot, L34 1PJ
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
The permissible users able to access this framework can be clearly identified via the following link: https://www.fusion21.co.uk/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-structures-and-materials%3B-auxiliary-products-to-construction-%28excepts-electric-apparatus%29./75988P84Q6
To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/75988P84Q6
GO Reference: GO-202457-PRO-25971903
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
N/A
N/A, N/A, N/A
N/A
N/A
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Refer to Chapter 6 of The Public Contracts Regulations 2015.
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
07/05/2024