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: Paul Towers
  
            Telephone: +44 8453082321
  
            E-mail: tenders@fusion21.co.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: https://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://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 Decarbonisation Framework
II.1.2) Main CPV code
  45321000
 
  II.1.3) Type of contract
  Works
  II.1.4) Short description
  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 PAS2030 accreditation (Lot 1) and a commitment to achieve PAS2038 accreditation (Lot 2). 
  Full requirements of accreditation criteria are set out in the Qualification Questionnaire (Common Assessment standard question set)
  II.1.5) Estimated total value
  Value excluding VAT: 
			1 500 000 000.00 
			  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
    Whole House Decarbonisation
    II.2.2) Additional CPV code(s)
    09300000
    09323000
    09331100
    09331200
    31527260
    31610000
    45100000
    45210000
    45211310
    45232141
    45260000
    45261211
    45261410
    45300000
    45315300
    45320000
    45321000
    45331000
    45400000
    45421100
    45421151
    71200000
    71300000
    71500000
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    Works and services to domestic dwellings, including but not limited to design and planning, retrofit coordination to PAS2035:2023 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: Quality
                    / Weighting: 60
    
                    Price
                    
                      / Weighting: 
                      40
    II.2.6) Estimated value
    Value excluding VAT: 
			1 000 000 000.00 
			  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
    It is a mandatory requirement for Bidders or their nominated supply partner(s) to have as a minimum PAS2030:2019 accreditation and be in the process of assessment for PAS2030:2023 accreditation
   
  
          Lot No: 2
  
    II.2.1) Title
    Decarbonisation of Public and Educational Buildings
    II.2.2) Additional CPV code(s)
    09300000
    09323000
    09331200
    31527260
    31610000
    45100000
    45210000
    45232141
    45260000
    45261211
    45261410
    45300000
    45315300
    45320000
    45321000
    45331000
    45400000
    45421130
    71200000
    71300000
    71500000
    II.2.3) Place of performance
    NUTS code:
    UK
    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 to PAS2038:2021 standards. 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: Quality
                    / Weighting: 60
    
                    Price
                    
                      / Weighting: 
                      40
    II.2.6) Estimated value
    Value excluding VAT: 
			500 000 000.00 
			  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
    It is a mandatory requirement for Bidders or their nominated supply partner(s) to have PAS2038:2021 accreditation or be in the process of working towards PAS2038:2021 accreditation
   
 
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:
  Minimum turnover requirement of 20M 
  Minimum insurance requirements:
  All Lots Public Liability - 5M 
  All Lots Employers Liability 10M
  All Lots Professional Liability 1M
  All Lots Product Liability 10M 
  Financial viability of each organisation by assessing recent trends in profitability and a return on assets; long-term solvency and stability; and short-term solvency and liquidity.  The assessment may include information provided by an independent expert credit reference agency such as Dun & Bradstreet and financial statements from Companies House. Accounts and financial information will be examined by suitably experienced and qualified people who will make the recommendation as to the financial status of the tenderer. Tenderers will be assessed against the following criteria:
  Low Risk - No or minor concerns identified - Pass
  Medium Risk - Some concerns identified - Pass
  High Risk - Major financial risks identified where a tenderer shows little sign of current financial stability or improvement, and leading to concerns that the tenderer may not complete the contract because of financial difficulties - Fail
III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Mandatory qualifications or memberships; 
  Lot 1 - PAS2030, Trustmark, Microgeneration Certification Scheme (“MCS”) for Heat Pumps, Microgeneration Certification Scheme (“MCS”) for Solar Photovoltaic Systems, Microgeneration Certification Scheme (MCS) – Solar Thermal
  Lot 2 - PAS2038 (or evidence of working towards accreditation), Microgeneration Certification Scheme (“MCS”) for Heat Pumps, Microgeneration Certification Scheme (“MCS”) for Solar Photovoltaic Systems, Microgeneration Certification Scheme (MCS) – Solar Thermal
  Bidders should have suitable experience of undertaking works of a similar nature which should be evidenced within the responses to the technical questions. 
  Bidders are not required to provide details of past contracts or references as part of the selection stage or as part of the conditions of participation
 
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.
  
                            Envisaged maximum number of participants to the framework agreement: 15
  
                        Justification for any framework agreement duration exceeding 4 years: N/A
  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 000-036432
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              12/02/2025
  
                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: 12 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              12/02/2025
  
              Local time: 12:00
  Place:
  Virtual/Online at Puma Court, Kings Drive, Kings Business Park, Prescot, L24 1PJ
  Information about authorised persons and opening procedure:
  Fusion21 Staff and Members
 
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
13/01/2025