The procurement documents are available for unrestricted and full direct access, free of charge at:
            Other: An association formed by one or more bodies governed by public law
  
          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)
   
 
  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.
 
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