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

Construction Consultancy Services Framework

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • 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-04dd81
Published by:
Fusion21 Members Consortium
Authority ID:
AA71873
Publication date:
12 March 2025
Deadline date:
14 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Fusion21 is developing a Framework for the provision of a range of Construction Consultancy services that can be accessed by existing and future Fusion21 Members. The scope of the potential Lot structure covers a range of built environment related professional consultancy services. The proposed core lots are:

1. Multidisciplinary Consultancy Services, PM and Lead Consultant

2. Stock Monitoring and Appraisal

3. Information Management (BIM)

4. Architecture

5. Fit-Out Consultancy

6. Heritage and Conservation

7. Structural and Civil Engineering

8. Building Engineering Services (M&E)

9. Facilities Management Consultancy

10. CDM Principal Designer

11. Carbon Reduction and Sustainability

12. Valuations

13. Clerk of Works - Inspections Regime

14. Retrofit

15. BSA Principal Designer Duties and Building Control

The Tender will be run through a two-stage restricted process.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Fusion21 Members Consortium

2 Puma Court, Kings Business Park

Prescot

L34 1PJ

UK

Contact person: Caroline Hopkins

Telephone: +44 8453082321

E-mail: caroline.hopkins@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

Construction Consultancy Services Framework

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Fusion21 is developing a Framework for the provision of a range of Construction Consultancy services that can be accessed by existing and future Fusion21 Members. The scope of the potential Lot structure covers a range of built environment related professional consultancy services. The proposed core lots are:

1. Multidisciplinary Consultancy Services, PM and Lead Consultant

2. Stock Monitoring and Appraisal

3. Information Management (BIM)

4. Architecture

5. Fit-Out Consultancy

6. Heritage and Conservation

7. Structural and Civil Engineering

8. Building Engineering Services (M&E)

9. Facilities Management Consultancy

10. CDM Principal Designer

11. Carbon Reduction and Sustainability

12. Valuations

13. Clerk of Works - Inspections Regime

14. Retrofit

15. BSA Principal Designer Duties and Building Control

The Tender will be run through a two-stage restricted process.

II.1.5) Estimated total value

Value excluding VAT: 175 000 000.00  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 - Multidisciplinary Consultancy Services, PM and Lead Consultant

II.2.1) Title

Multidisciplinary Consultancy Services, PM and Lead Consultant

II.2.2) Additional CPV code(s)

71315200

71315300

71530000

72224000

73210000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes project management, programme management preparatory surveys, feasibility reports, cost planning, control and reporting, lead consultant services, quantity surveying services, contract administration services, employer’s agent services, contract procurement and documentation, party wall surveys, obligations and agreements, compliance with planning and building regulations, building surveying services, clerk of works services, performance monitoring and reporting, risk management, project management services, programme planning, contract drafting and contract advice, fund monitoring, pre-acquisition surveys, schedules of dilapidations, insurance reinstatement cost assessment, defects diagnosis/building pathology, multi-disciplinary consultancy services, and carbon reduction plans in the procurement of major government contracts.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 55 000 000.00  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

Envisaged number of candidates: 20

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process.

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 be a Member of RICS and/or CIOB (Corporate and/or employee)

Lot No: 2 - Stock Monitoring and Appraisal

II.2.1) Title

Stock Monitoring and Appraisal

II.2.2) Additional CPV code(s)

71314300

71315300

71530000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes technical audits, stock condition surveys, non-traditional housing surveys and remedial works specification, business planning, dilapidation surveys, schedule of condition, SAP rating/NHER analysis and energy performance certificates (EPCs), air tightness surveys, decent home surveys and compliance, disability access audits, HHSRS surveys and reports, fire risk assessment, drone surveys, software support, database modelling, property archetype grouping and analysis, GIS integration, stock condition data and analysis, investment programme modelling, management information reporting, option appraisal modelling, creation of digital twin and compliance health checks.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 be a Member of RICS and/or CIOB (Corporate and/or employee)

Lot No: 3 - Information Management (BIM)

II.2.1) Title

Information Management (BIM)

II.2.2) Additional CPV code(s)

71315100

71315200

71315210

71530000

72220000

72224000

72266000

79415200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes ISO19650, organisation up-skilling through knowledge transfer workshops, development of pre-project requirements, in-project consultancy roles, post-project support services, lead appointed party, BIM manager services, BIM coordinator services, 3D scan existing buildings (inside & outside) using LIDAR, drones, etc. to build up point cloud, building BIM models (min. Level 2) to facilitate the golden thread of information, overlaying fire and other related data (e.g., compartments, detection, equipment), hosting/providing a common data environment & BIM model and providing access to the member and authorised 3rd parties, training member staff in BIM, BIM model interrogation and reporting, BIM model auditing, creation of digital twin, advisory role data use and strategic planning activities, and organisational asset data maturity assessment.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 be a Member of RICS and/or CIOB (Corporate and/or employee)

Lot No: 4 - Architecture

II.2.1) Title

Architecture

II.2.2) Additional CPV code(s)

71000000

71200000

71220000

71221000

71251000

71313420

71315200

71530000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes RIBA Plan of Work 2020 services, building information modelling, sustainability, principal designer (CDM), contract administration services, employers agent services, architectural and drafting services, BREEAM assessments, master planning, planning application and appeal, feasibility reports, building information modelling, new build, alterations and extensions, penthouse extensions, hidden homes and infill sites, refurbishments, conversions, planning designs and applications, working details, as-built drawings, section 106 planning agreements, and building safety act 2022.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 be Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board

Lot No: 5 - Fit-Out Consultancy

II.2.1) Title

Fit-Out Consultancy

II.2.2) Additional CPV code(s)

71200000

71210000

71220000

71530000

71540000

71541000

79932000

79933000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes strategic definition and preparation of brief, client awareness and staff development workshops, utilisation studies, workplace strategy, space strategy, ICT strategy, HR strategy, budget and cost requirements, concept design, detailed design, measured surveys, tendering, project coordination, and associated CAD/BIM services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 any combination of a Member of RICS and/or CIOB (Corporate and/or employee) or hold corporate and/or individual employee membership of the British Institute of Interior Design (BIID)

Lot No: 6 - Heritage and Conservation

II.2.1) Title

Heritage and Conservation

II.2.2) Additional CPV code(s)

71221000

71251000

71313420

71315200

71315300

71530000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes RIBA Plan of Work 2020 services, BIM, sustainability (CDM), principal designer, contract administration services, employers agent services, planning and listed buildings consent, building control approvals, liaison with statutory and regulatory bodies, historic site analysis and assessment, significance assessment, conservation management planning, heritage master planning, conservation area appraisals, heritage planning advice, adaptation, restoration, protection and rehabilitation of monuments, buildings, groups of buildings and sites, grants and funding, archaeology, clerk of works, Landscape (including highways), Heritage Consultancy Services, Conservation Plans, Conservation Management Plans, Management and Maintenance Plans, Heritage Impact Assessments, Heritage Statements, Conservation Area Appraisals, Conservation Area Management Plans and Other Conservation / Heritage focused advisory reports and documents.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 be Members of RIBA (Corporate and/or employee) or member of RICS (with individual members accredited with RIBA SCA,CA,AABC or BCA)

Lot No: 7 - Structural and Civil Engineering

II.2.1) Title

Structural and Civil Engineering

II.2.2) Additional CPV code(s)

71250000

71311000

71312000

71315200

71322000

71322100

71530000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes new build and refurbishment, pre-planning feasibility studies, structural design, building information modelling, sustainability, structural investigations and inspections, structural reports and advice, infrastructure engineering, site investigations, flood impact assessment, contaminated land investigation & risk assessment, contaminated land remediation, geo-environmental investigations, transport, highways works, drainage engineering, sustainable drainage systems, temporary works design, tall structures, specialist capability in historic and listed buildings and building safety case reports / structural assessments.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 8 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 Employees that are members of the Institute of Civil Engineers, the Institution of Structural Engineers and/or the Chartered Association of Building Engineers, or equivalent

Lot No: 8 - Building Engineering Services (M&E)

II.2.1) Title

Building Engineering Services (M&E)

II.2.2) Additional CPV code(s)

71250000

71311000

71312000

71315200

71322000

71322100

71530000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes new build and refurbishment, design, sustainability, lead consultant services, building information modelling, plant audits, commissioning management, client training, commissioning systems, site surveys, feasibility studies, electronic permit to work, programming of works, electronic O & M documentation, heating ventilation air conditioning (HVAC) design and installation management, maintenance service management, communication lines, telephones and IT networks (ICT), fire detection and protection, lightning protection, high voltage (HV) and low voltage (LV) systems, distribution boards and switchgear, natural lighting, artificial lighting, and building facades, security and alarm systems, ventilation and refrigeration, water, drainage and plumbing, and building safety act 2022.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 8 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 employees that are members of the Chartered Institution of Building Services Engineers (CIBSE), the Institution of Engineering and Technology (IET), the Institution of Mechanical Engineers (IMechE)

Lot No: 9 - Facilities Management Consultancy

II.2.1) Title

Facilities Management Consultancy

II.2.2) Additional CPV code(s)

71315210

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes strategic review, strategy development/options appraisal, stakeholder management, specification development, asset capture, FM procurement, soft landing, contract audit, service review/health check, benchmarking/soft market testing, interim contract support, FM advice, defects management, life cycle costing, energy advice, space planning, PFI/BSF consulting, and compliance auditing.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 8 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 be a Member of IWFM (Corporate and/or employee)

Lot No: 10 - CDM Principal Designer

II.2.1) Title

CDM Principal Designer

II.2.2) Additional CPV code(s)

71317210

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes principal designer duties under the CDM Regulations 2015 (as may be superseded), health & safety audits, competency assessments, and accident investigation.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 any combination from Lots 1, 4, 7 and 8 (Member of RICS and/or CIOB (Corporate and/or employee), Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board, Employees are members of the Institute of Civil Engineers, the Institution of Structural Engineers and/

Lot No: 11 - Carbon Reduction and Sustainability

II.2.1) Title

Carbon Reduction and Sustainability

II.2.2) Additional CPV code(s)

71313000

71313400

71313420

71313450

71314300

71530000

90700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes road map to net zero carbon consultancy, client awareness and staff development workshops, stock assessment, data analysis and archetyping, strategy development and data modelling (energy/EPC data), corporate sustainability/ESG strategy, advice and identification of refurbishment options and building fabric solutions, grant/funding management, procurement and oversight of works, post-installation monitoring, scoping reviews, baseline assessment, strategic options appraisal, building fabric solutions, renewables and energy sources, finance and funding, tax incentives, advisory support, change management, green infrastructure, ecology, and carbon reduction plans in the procurement of major government contracts.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 12 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 any combination of (Member of RICS and/or CIOB (Corporate and/or employee), Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board, Employees are members of the Institute of Civil Engineers, the Institution of Structural Engineers or other equivalent level

Lot No: 12 - Valuations

II.2.1) Title

Valuations

II.2.2) Additional CPV code(s)

71530000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes residential and commercial property valuations, portfolio valuations, leasehold valuations, enfranchisement, planning, development and funding, portfolio advisory, strategic property consultancy, option appraisal, feasibility and disposal, compulsory purchase and compensation, loan security and finance, expert witness and arbitration, alternative dispute resolution (ADR) and litigation support, right to buy, valuation tribunal and upper tribunal, purchasers agent and acquisition, development agent, due diligence, master planning, development appraisals, sales and lettings, option appraisal, feasibility and disposal, taxation and business rates and lease consultancy (including lease renewals and rent reviews), environmental services and waste management and energy and natural resources consultancy.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 any combination of (Member of RICS and/or CIOB (Corporate and/or employee), Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board, Employees are members of the Institute of Civil Engineers, the Institution of Structural Engineers or other equivalent level

Lot No: 13 - Clerk of Works – Inspection Regime

II.2.1) Title

Clerk of Works – Inspection Regime

II.2.2) Additional CPV code(s)

71315400

71530000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes site inspections regime, materials inspection, inspection and report during the construction stage, alignment with specifications, and monitoring pre-construction and commencement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 any combination of (Member of RICS and/or CIOB (Corporate and/or employee), Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board, Employees are members of the Institute of Civil Engineers, the Institution of Structural Engineers or other equivalent level

Lot No: 14 - Retrofit

II.2.1) Title

Retrofit

II.2.2) Additional CPV code(s)

71313000

71313400

71313420

71313450

71314300

71530000

90700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes site inspections, retrofit co-ordinator (PAS 2035) roles, retrofit assessor, retrofit designers, retrofit evaluator, retrofit organisation strategy/options appraisal, carbon reduction plans in the procurement of major government contracts, support with funding applications for retrofit, and tax incentives.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 24 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 Qualifications in line with PAS2035:2023 Retrofitting dwellings for improved energy efficiency & PAS2038:2021 Non-domestic Buildings

Further information can be located in the procurement documents

Lot No: 15 - BSA Principal Designer and Building Control

II.2.1) Title

BSA Principal Designer and Building Control

II.2.2) Additional CPV code(s)

71000000

71210000

71240000

71310000

71315300

71530000

71540000

72224000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope includes building control, building regs PD (client or contractor), building regs PD advisor, fire safety (sprinkler design, smoke design) (PAS 8671:2022 and PAS 8672:2022), building safety act 2022 (BSA), and broader design areas of the BSA.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  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

Objective criteria for choosing the limited number of candidates:

A Maximum of 20 suppliers per lot, subject to geographical location will be invited to Stage Two -Invitation To Tender of this two stage restricted process

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 adherence with PAS 8671 for both non-HRBs and HRBs. Members of RIBA (Corporate and/or employee) or APS (Corporate and/or employee)

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:

Lot Accreditation / Membership / Qualification

1 Member of RICS and/or CIOB (Corporate and/or employee)

2 Member of RICS and/or CIOB (Corporate and/or employee)

3 Accredited to PAS1192 or BS EN ISO 19650 Parts 1,2,3 &5

4 Members of RIBA (Corporate and/or employee) and are on the Architects Register of Architects Registration Board

5 Any combination from Lot 1&2 or hold corporate and/or individual employee membership of the British Institute of Interior Design (BIID)

6 Members of RIBA (Corporate and/or employee) or member of RICS (with individual members accredited with RIBA SCA,CA,AABC or BCA)

7 Employees are members of the Institute of Civil Engineers, the Institution of Structural Engineers and/or the Chartered Association of Building Engineers, or equivalent

8 Employees are members of the Chartered Institution of Building Services Engineers (CIBSE), the Institution of Engineering and Technology (IET), the Institution of Mechanical Engineers (IMechE)

9 Member of IWFM (Corporate and/or employee)

10 Any combination from Lots 1, 4, 7 and 8 or IOSH (Institute of Occupational Safety and Health) or APS (Association of Project Safety)

11 Any combination from Lots 1, 4, 7 and 8 or other equivalent level or recognised professional membership organisation

12 Corporate members of RICS and/or employees who are RICS Registered Valuers

13 Any combination from Lots 1, 4, 7, 8 and ICWCI or other equivalent level or recognised professional membership organisation

14 Qualifications in line with PAS2035:2023 Retrofitting dwellings for improved energy efficiency & PAS2038:2021 Non-domestic Buildings

Retrofit Advisor - C&G Energy Awareness or Green Deal Advisor or Holds Level 5 Retrofit Coordination and Risk Management or Membership in a TrustMark-approved Retrofit Coordinator scheme

Retrofit Assessor - Retrofit Coordinator or Domestic Energy Assessor (DEA or NDEA for Non-domestic Buildings) or Level 3 in Energy Efficiency and Retrofit of Traditional Buildings or regional equivalents.

Retrofit Coordinator - Holds Level 5 Retrofit Coordination and Risk Management

Retrofit Designer - Retrofit Coordinator and/or any combination from Lots 1, 4, 7 and 8 or other equivalent level or recognised professional membership organisation

Retrofit Evaluator – Retrofit Coordinator and Level 3 Energy in Efficiency and Retrofit of Traditional Buildings; or regional equivalent

Retrofit Lead Professional for Non- Domestic Buildings

15 Adherence with PAS 8671 for both non-HRBs and HRBs. Members of RIBA (Corporate and/or employee) or APS (Corporate and/or employee)

III.1.2) Economic and financial standing

List and brief description of selection criteria:

This tender process will be conducted using a two-stage procedure. The initial stage will be conducted using Stage One - Pre-Qualification Questionnaire (PQQ) evaluated on the completion of the Standard Selection Questionnaire and Scored Selection Questions.


Minimum level(s) of standards required:

Insurance:

The following minimum levels of insurance are required throughout the duration of a call-off contract for all lots:

Public Liability - £5 million

Employers Liability - £10 million

Professional Indemnity - £5 million

Financial Turnover

Bidders must have a minimum turnover of £5M in their last full 12 months audited financial accounts.

Financial Accounts and Information:

The assessment may include information provided by an independent expert credit reference agency such as Dun & Bradstreet and financial statements from Companies House. Tenderers considered ‘High Risk’ will not qualify. Tenderers that have a Dun and Bradstreet assessment with an Overall Business Risk of “High” will not pass the Pre-Qualification stage.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

This tender process will be conducted using a two-stage procedure. The initial stage will be conducted using Stage One - Pre-Qualification Questionnaire (PQQ) evaluated on the completion of the Standard Selection Questionnaire and Scored Selection Questions.


Minimum level(s) of standards required:

Personnel Competencies.

The Supplier shall ensure all staff working under this contract are competent, having the necessary training, skills, qualifications and experience for the task they are undertaking. The Supplier shall maintain a training matrix and training records that shall be available to the Member immediately upon request.

Data Protection

To bid for this Framework, suppliers must be registered with the Information Commissioner's Office (ICO) Data Protection Public Register https://ico.org.uk/ESDWebPages/Search by virtue of The Data Protection (Charges and Information) Regulations 2018. Registration for another country’s data protection supervisory authority may be provided where the UK has agreed ‘adequacy’.

Through the scored questions below, bidders will be required to demonstrate a sufficient level of experience and will be evaluated with regard to their skills, knowledge, experience and reliability.

Experience of relevant schemes

Considering the nature of the members of the Fusion21 Members Consortium please detail your experience of working on relevant schemes for the lots you have applied for. For each discipline you should provide a minimum of three examples completed within the last two years; providing a summary of the project, the scope of services delivered, duration of the appointment and value of the appointment.

Examples of implemented initiative / strategies

Considering contracts completed within the last two years for the relevant discipline you are applying for, please provide a minimum of two examples of initiatives or strategies that you have implemented which have delivered enhanced value to the client and/or the end user. Your response should consider outcomes such as reduced capital expenditure, improved life cycle costs, and lower operational expenses, and must evidence the successful use of them.

Method Statement

Please explain the methods you use to ensure projects are completed on time, within budget and to a high level of client and/or end user satisfaction. You must provide a minimum of three relevant examples within your response to illustrate the effectiveness of your approach.

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

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.

Envisaged maximum number of participants to the framework agreement: 225

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

Date: 14/03/2025

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/05/2025

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: 3 (from the date stated for receipt of tender)

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

11/02/2025

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71221000 Architectural services for buildings Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
71315200 Building consultancy services Building services
71315210 Building services consultancy services Building services
71315300 Building surveying services Building services
71315100 Building-fabric consultancy services Building services
71315400 Building-inspection services Building services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
71310000 Consultative engineering and construction services Engineering services
79415200 Design consultancy services Production management consultancy services
79933000 Design support services Specialty design services
71314300 Energy-efficiency consultancy services Energy and related services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
71313450 Environmental monitoring for construction Environmental engineering consultancy services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
71313420 Environmental standards for construction Environmental engineering consultancy services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
79932000 Interior design services Specialty design services
72224000 Project management consultancy services Systems and technical consultancy services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
73210000 Research consultancy services Research and development consultancy services
72266000 Software consultancy services Software-related services
71312000 Structural engineering consultancy services Consultative engineering and construction services
72220000 Systems and technical consultancy services Software programming and consultancy 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:
caroline.hopkins@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.