Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Fusion21 Members Consortium
  Unit 2 Puma Court, Kings Business Park
  Prescot
  L34 1PJ
  UK
  
            Contact person: Steffanie Swift
  
            Telephone: +44 8453082321
  
            E-mail: Tenders@fusion21.co.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: https://www.fusion21.co.uk/
  
              Address of the buyer profile: https://fusion21.delta-esourcing.com/
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-work./5P6SBUK426
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body 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 Youth Investment Fund DPS
II.1.2) Main CPV code
  45000000
 
  II.1.3) Type of contract
  Works
  II.1.4) Short description
  Fusion21 is developing a DPS to complement their existing YIF Framework, for the provision of Construction Services to conduct a range of improvement, refurbishment and alterations of existing buildings. 
  The DPS will be primarily used where projects, due to their size, nature and/or location require a more dynamic solution. This DPS is designed and intended to provide flexibility for applicants to engage with local and regional SME supply chains to deliver projects, and to provide capacity for lower value projects. It is intended to complement the existing YIF framework and provide a compliant procurement route that can supplement and increase capacity within supply networks.
  This opportunity is accessible for Permissible Users within England, it can be applied for by organisations outside of England but suppliers MUST be able to demonstrate within their response that they are able to deliver projects linked to the scope of works within England.
  II.1.5) Estimated total value
  Value excluding VAT: 
			100 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    45453100
    45262690
    45453000
    45261900
    50870000
    50000000
    II.2.3) Place of performance
    NUTS code:
    UK
Main site or place of performance:
    UNITED KINGDOM
    II.2.4) Description of the procurement
    Scope of works for this DPS include repair, improvement, decoration and minor re-modelling to existing buildings and structures to bring them up to modern standards and ensure they are fit for purpose.  This can include both occupied buildings and empty buildings requiring significant refurbishment to bring them back into use.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                28/06/2023
    
                End:
                31/01/2026
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    
          Envisaged minimum number: 2
    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
    The YIF DPS will be in place until 31st January 2026, with the option to extend for one more year until 31st January 2027.
    To respond to this opportunity please click here: https://fusion21.delta-esourcing.com/respond/5P6SBUK426
   
 
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:
  Please refer to the procurement documents for requirements
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  DPS suppliers will be required to deliver social value outcomes through the delivery of call-off contracts in accordance with Clause 24 of the DPS 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.
  
                      The procurement involves the setting up of a dynamic purchasing system
                    
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        No
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              09/06/2023
  
                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: 6 (from the date stated for receipt of tender)
              
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
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.
This DPS is established for the use by entities that don’t fall within the definition of a contracting authorities as per Reg 2 (1) of the PCR 15 but who’s procurement activity would either; fall in scope of the PCR 15 by virtue of Reg 13 when in receipt of grant funding from the YIF (or its successor), from any organisation acting as a grant intermediary on behalf of the DCMS (or any successor), or to comply with the terms and/or requirements of the YIF grant conditions whereby procurements that are sub-threshold must have been competitively tendered or such other process undertaken that demonstrates value for money and include measures for the prevention of corruption.
For more information about this opportunity, please visit the Delta eSourcing portal at: 
<a href="https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-work./5P6SBUK426" target="_blank">https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-work./5P6SBUK426</a>
To respond to this opportunity, please click here: 
<a href="https://fusion21.delta-esourcing.com/respond/5P6SBUK426" target="_blank">https://fusion21.delta-esourcing.com/respond/5P6SBUK426</a>
 GO Reference: GO-2023510-PRO-22932414
VI.4) Procedures for review
  VI.4.1) Review body
  
    Royal Courts of Justice
    The Strand
    London
    WC2A 2LL
    UK
   
  VI.4.2) Body responsible for mediation procedures
  
  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
10/05/2023