Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Fusion21 Workplace & FM Framework

  • First published: 22 October 2024
  • Last modified: 22 October 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-046c7d
Published by:
Fusion21 Members Consortium
Authority ID:
AA71873
Publication date:
22 October 2024
Deadline date:
22 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Fusion21 is developing a framework for the full provision of workplace and facilities management services across public sector estates. This procurement exercise is inviting tenders from all interested economic operators that meet the criteria set out in the tender documentation for the lot(s) they wish to bid for. The framework is split into 4 lots, these include:

1. Total Facilities Management

2. Cleaning Services

3. Security Services

4. Building & Engineering Services

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Fusion21 Members Consortium

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: https://www.fusion21.co.uk

Address of the buyer profile: https://fusion21.ukp.app.jaggaer.com/

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://fusion21.ukp.app.jaggaer.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://fusion21.ukp.app.jaggaer.com/


Tenders or requests to participate must be sent to the abovementioned address


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 Workplace & FM Framework

Reference number: Fusion21 Workplace & FM Framework

II.1.2) Main CPV code

79993000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Fusion21 is developing a framework for the full provision of workplace and facilities management services across public sector estates. This procurement exercise is inviting tenders from all interested economic operators that meet the criteria set out in the tender documentation for the lot(s) they wish to bid for. The framework is split into 4 lots, these include:

1. Total Facilities Management

2. Cleaning Services

3. Security Services

4. Building & Engineering Services

II.1.5) Estimated total value

Value excluding VAT: 700 000 000.00  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

Total Facilities Management

II.2.2) Additional CPV code(s)

42510000

45310000

45330000

45350000

50500000

50610000

50700000

50750000

50800000

51100000

55520000

70330000

71330000

72224000

72251000

72253000

72512000

72514000

75100000

77314000

77320000

79710000

79713000

79810000

79992000

79993000

90500000

90524000

90620000

90910000

90911000

90911200

90919000

90920000

90922000

98341140

98395000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot is intended to cover total facilities management and bundled FM packages with a broad scope of workplace and facilities management services including but not limited to (in any combination): cleaning, waste management, security, reception, post room, portage, M&E, lifecycle works, grounds maintenance, catering, pest control, energy management, health and safety management and administrative support services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Technical / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  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: 2

II.2.1) Title

Cleaning Services

II.2.2) Additional CPV code(s)

90910000

90911000

90919000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot is intended to cover daily/routine cleaning, periodic cleaning, reactive cleaning and additional/planned cleaning.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Technical / Weighting: 60

Price / Weighting:  40

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

Security Services

II.2.2) Additional CPV code(s)

79710000

79992000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot is intended to cover alarm receiving centre (ARC), alarm response, assistance for PEEPS, building evacuation, call handling (out of hours), CCTV monitoring (onsite/offsite), close protection/escort, door supervision, identity/security pass management, incident investigation and reporting, key holding, key/access card management, lone worker monitoring, reception duties, responsive security, searching, security dog handling, security risk assessment and crime prevention, security static/mobile/patrols, security training, threat response management, waking watch (fire).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Technical / Weighting: 60

Price / 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

Building & Engineering Services

II.2.2) Additional CPV code(s)

42510000

45310000

45330000

45340000

45350000

50500000

50610000

50700000

50750000

50800000

51100000

71330000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot is intended to cover maintenance of mechanical/electrical installations and building fabric. Includes planned preventative maintenance, reactive maintenance (e.g. remedial works, call-outs), planned repairs and improvements (e.g. lifecycle works, minor works, alterations).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Technical / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  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:

Refer to the ITT documents. 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.

Public Liability £5 million

Employers Liability £10 million

Professional Indemnity

Lot 1 - £2 million

Lot 2 & 3 - £0.5 million

Lot 4 - £1 million

Product Liability

Lot 1 & 4 only - £2 million

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Economic operators will need to demonstrate relevant experience and that they have competent staff in relevant disciplines for each lot applied for.

Lots 1:

• Membership of an electrical 'Approved Contractor' scheme by an organisation that is accredited to ISO/IEC 17065:2012 such as NICEIC or NAPIT

• Gas Safe Registration

• Security Industry Association (SIA) Approved Contractor under the 'Security Guarding' Approved Contractor Scheme

Lot 2: None.

Lot 4:

• Security Industry Association (SIA) Approved Contractor under the 'Security Guarding' Approved Contractor Scheme

Lot 5:

• Membership of an electrical 'Approved Contractor' scheme by an organisation that is accredited to ISO/IEC 17065:2012 such as NICEIC or NAPIT

• Gas Safe Registration


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Lot 1 and Lot 4: Gas Safe Registration required for operatives working on gas by virtue of The Gas Safety (Installation and Use) Regulations 1998 Regulation 3.

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 000-016931

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/11/2024

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: 22/11/2024

Local time: 10:00

Place:

Virtual/online or at Puma Court, Kings Drive, Kings Business Park, Prescot, L34 1PJ

Information about authorised persons and opening procedure:

Fusion21 Members and Staff

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

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

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.4.3) 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

17/10/2024

Coding

Commodity categories

ID Title Parent category
90911000 Accommodation, building and window cleaning services Cleaning services
75100000 Administration services Administration, defence and social security services
79993000 Building and facilities management services Miscellaneous business-related services
90911200 Building-cleaning services Accommodation, building and window cleaning services
98341140 Caretaker services Accommodation services
55520000 Catering services Canteen and catering services
90910000 Cleaning services Cleaning and sanitation services
72514000 Computer facilities management services Computer-related management services
72251000 Disaster recovery services System and support services
72512000 Document management services Computer-related management services
45310000 Electrical installation work Building installation work
90920000 Facility related sanitation services Cleaning and sanitation services
45340000 Fencing, railing and safety equipment installation work Building installation work
77314000 Grounds maintenance services Planting and maintenance services of green areas
79713000 Guard services Security services
42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery Cooling and ventilation equipment
72253000 Helpdesk and support services System and support services
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
50750000 Lift-maintenance services Repair and maintenance services of building installations
98395000 Locksmith services Other services
45350000 Mechanical installations Building installation work
90524000 Medical waste services Radioactive-, toxic-, medical- and hazardous waste services
71330000 Miscellaneous engineering services Engineering services
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
90919000 Office, school and office equipment cleaning services Cleaning services
90922000 Pest-control services Facility related sanitation services
45330000 Plumbing and sanitary works Building installation work
79810000 Printing services Printing and related services
72224000 Project management consultancy services Systems and technical consultancy services
70330000 Property management services of real estate on a fee or contract basis Real estate agency services on a fee or contract basis
79992000 Reception services Miscellaneous business-related services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery Repair and maintenance services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
79710000 Security services Investigation and security services
90620000 Snow-clearing services Cleaning and sanitation services in urban or rural areas, and related services
77320000 Sports fields maintenance services Horticultural services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@fusion21.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.