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