Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Fusion21 Members Consortium
  Unit 2 Puma Court, Kings Business Park, Kings Drive
  Prescot
  L34 1PJ
  UK
  
            Contact person: Steff Swift
  
            Telephone: +44 8453082321
  
            E-mail: Tenders@fusion21.co.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: 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://www.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-structures-and-materials%3B-auxiliary-products-to-construction-%28excepts-electric-apparatus%29./75988P84Q6
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://fusion21.delta-esourcing.com/
Tenders or requests to participate must be sent to the following address:
  Fusion21 Members Consortium
  Unit 2 Puma Court, Kings Business Park, Kings Drive
  Prescot
  L34 1PJ
  UK
  
            Contact person: Steff Swift
  
            Telephone: +44 8453082321
  
            E-mail: Tenders@fusion21.co.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: www.fusion21.co.uk
  
              Address of the buyer profile: https://fusion21.delta-esourcing.com/
 
I.4) Type of the contracting authority
            Other: An association formed by one or more bodies governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Fusion21 Materials Supply and Associated Services Framework
II.1.2) Main CPV code
  44000000
 
  II.1.3) Type of contract
  Supplies
  II.1.4) Short description
  Fusion21 is developing a framework for the full provision of construction and building materials across public sector estates. This framework is intended to primarily support Public Sector organisations with the provision of construction materials for the delivery of repairs and maintenance works to domestic properties, including external and communal areas. 
  This procurement exercise is inviting tenders from all interested companies who meet the criteria set out in the tender documentation for the lots they wish to bid for. The framework is split into 6 lots, these include:
  1) General Building Materials;
  2) Electrical;
  3) Plumbing and Heating;
  4) Managed Service;
  5) Heating;
  6) Adapted and Accessible Living.
  II.1.5) Estimated total value
  Value excluding VAT: 
			250 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    General Building Materials
    II.2.2) Additional CPV code(s)
    44111000
    44100000
    44000000
    44110000
    44800000
    44140000
    44160000
    44170000
    44190000
    44200000
    44210000
    44220000
    44221000
    44500000
    44530000
    44420000
    44400000
    18000000
    18100000
    44510000
    24000000
    24900000
    24960000
    II.2.3) Place of performance
    NUTS code:
    UK
Main site or place of performance:
    UNITED KINGDOM
    II.2.4) Description of the procurement
    The scope of this lot will include the supply of general building materials for repairs and maintenance works and will include, but not be limited to the supply of Heavyside building Materials, Lightside Building Materials, Timber and Sheet Materials, Loft Insulation, Doors, Windows and Joinery, Roofing Materials, Decorating and Interior Finishes, Fixings and Adhesives, Tools, PPE and Consumables.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Cost criterion: Pricing
                    / Weighting: 40
    II.2.6) Estimated value
    Value excluding VAT: 
			75 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    To respond to this opportunity please click here: https://fusion21.delta-esourcing.com/respond/75988P84Q6
   
  
          Lot No: 2
  
    II.2.1) Title
    Electrical
    II.2.2) Additional CPV code(s)
    31600000
    31000000
    31650000
    31300000
    31320000
    31620000
    31680000
    31210000
    31700000
    31500000
    31211000
    31212000
    31213000
    31214000
    31215000
    31216000
    31217000
    31218000
    31219000
    31710000
    31520000
    42000000
    44000000
    39000000
    18000000
    42500000
    42100000
    44400000
    39700000
    18100000
    44100000
    42510000
    42160000
    44410000
    39710000
    44111000
    44480000
    II.2.3) Place of performance
    NUTS code:
    UK
Main site or place of performance:
    UNITED KINGDOM
    II.2.4) Description of the procurement
    The scope of this lot will include the supply of electrical products for repairs and maintenance works and will include, but not be limited to Fire Detection, Electrical Cable and Cable Accessories, Cable Management, PVC Conduit and Accessories, Steel Conduit, Switches, Sockets and Wiring Accessories, Distribution Units and Accessories, Electric Boilers, Electric Showers, Heating Controls, Domestic Fans, Fluorescent Tubes and Lamps, LED Lamps, Tubes and Fittings, Emergency Lighting, Panel Heaters, Electric Radiators, Consumables.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Cost criterion: Pricing
                    / Weighting: 40
    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
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 3
  
    II.2.1) Title
    Plumbing and Heating
    II.2.2) Additional CPV code(s)
    39715200
    42000000
    44000000
    24000000
    18000000
    42100000
    44400000
    44100000
    42500000
    24900000
    18100000
    42160000
    42130000
    44410000
    44620000
    44110000
    42520000
    24960000
    44111000
    44480000
    II.2.3) Place of performance
    NUTS code:
    UK
Main site or place of performance:
    UNITED KINGDOM
    II.2.4) Description of the procurement
    The scope of this lot will include the supply of plumbing, heating, gas and bathroom products for repairs and maintenance works and will include, but not be limited to Domestic Boilers, Domestic Flue Parts and Accessories, Heating Valves, Heating Spares, Water Treatment Chemicals and Filtration, Radiators, Heat Pumps, Heat Pump Cylinders and associated Accessories, Gas Fittings, Spares and Consumable Items, Baths and Bath Panels, Basins, Taps, Sanitary Ware, Showers, Shower Trays and Bathroom Spares.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Cost criterion: Pricing
                    / Weighting: 40
    II.2.6) Estimated value
    Value excluding VAT: 
			50 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 4
  
    II.2.1) Title
    Managed Services
    II.2.2) Additional CPV code(s)
    63120000
    63100000
    63000000
    44111000
    44100000
    44000000
    44110000
    44800000
    44140000
    44160000
    44170000
    44190000
    44200000
    44210000
    44220000
    44221000
    44500000
    44530000
    44420000
    44400000
    18000000
    18100000
    44510000
    24000000
    24900000
    24960000
    31600000
    31000000
    31650000
    31300000
    31320000
    31620000
    31680000
    31210000
    31700000
    31500000
    31211000
    31212000
    31213000
    31214000
    31215000
    31216000
    31217000
    31218000
    31219000
    31710000
    31520000
    42000000
    39000000
    42500000
    42100000
    39700000
    42510000
    42160000
    44410000
    39710000
    44480000
    39715200
    42130000
    44620000
    42520000
    39141000
    39140000
    39100000
    39120000
    II.2.3) Place of performance
    NUTS code:
    UK
Main site or place of performance:
    UNITED KINGDOM
    II.2.4) Description of the procurement
    The scope of this lot is for the supply of goods through the provision of a managed service solution and will be tailored to meet the Members individual requirements.
    The main services within this lot include:
    -Adapting and managing a Members existing store,
    -Identification of a new site to create a dedicated managed store,
    -Adapting an existing own branch to focus dedicated resources / site for Member use,
    -Delivery model to Member or other specified location(s),
    -Inventory management, 
    -Unmanned stores and drop-boxes,
    -Pop-up locations and temporary storage facilities,
    -Van stock management.
    It is expected that the Managed Service provision will include the provision of goods across all lots within this framework. 
    Suppliers will provide the day-to-day management and customer service support for purchase to pay processes and customer service support during the ordering process and throughout the contract term and warranty period of the products (as relevant), support to Members completing collections and provide supporting IT services and applications to assist Members in a smooth ordering process for goods.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Cost criterion: Pricing
                    / Weighting: 40
    II.2.6) Estimated value
    Value excluding VAT: 
			75 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 5
  
    II.2.1) Title
    Kitchens
    II.2.2) Additional CPV code(s)
    39141000
    39140000
    39100000
    39000000
    44000000
    44400000
    44100000
    39120000
    44410000
    42130000
    44111000
    II.2.3) Place of performance
    NUTS code:
    UK
Main site or place of performance:
    UNITED KINGDOM
    II.2.4) Description of the procurement
    The scope of this lot will include the supply and delivery of kitchen products for installation in domestic kitchens and will include, but not be limited to Base Units, Corner Base Units, Wall Units, Larder Units, End Panels, Plinths, Worktops, Shelves, Doors, Sinks, Splashbacks and Kitchen Accessories. Kitchens to be supplied flat-packed or pre-assembled. Also to include optional design services.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Cost criterion: Pricing
                    / Weighting: 40
    II.2.6) Estimated value
    Value excluding VAT: 
			15 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 6
  
    II.2.1) Title
    Adapted and Accessible Living
    II.2.2) Additional CPV code(s)
    44000000
    44100000
    44400000
    44410000
    42130000
    44111000
    II.2.3) Place of performance
    NUTS code:
    UK
Main site or place of performance:
    UNITED KINGDOM
    II.2.4) Description of the procurement
    The scope of this lot will include the supply and delivery of Adapted Kitchens and Associated Appliances, Adapted Bathrooms/Wet Rooms; for installation in domestic settings and will include, but not be limited to Showers, Shower Seats, Grab Rails, Hinged Arms, Shower Wastes, Shower Curtains and Curtain Rails, Low-Profile Shower Trays, Above Ground Shower Trays, Wet Room Formers, Shower Screens, Sanitary Ware, Sanitary Ware Accessories, Safety Flooring, Kitchen Base Units, Larder Units with Slide Out Baskets, Wall Units with Pull-Down Baskets, Rise and Fall Units, Kitchen Accessories, Kitchen Appliances such as: Ceramic and Induction Hobs with Touch Controls, “Slide and Hide” Electric Ovens and Ovens with Side-Opening Doors.
    Also to include optional design services.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Cost criterion: Pricing
                    / Weighting: 40
    II.2.6) Estimated value
    Value excluding VAT: 
			10 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  The viability of each tenderer will be assessed by considering the recent trends in profitability and a return on assets; long-term solvency and stability; and short-term solvency and liquidity. The procurement documents also include criteria for the following insurances: Employers Liability; Public Liability; Professional Indemnity; Product Liability;
Minimum level(s) of standards required:
  Where major financial risks are identified and a tenderer shows little sign of current financial stability or improvement, leading to concerns that the tenderer may not complete the contract because of financial difficulties will lead to a tendered being disqualified. Evidence required may include Management Accounts. Further, tenderers must also hold the relevant insurances as set out in the tender documents or commit to obtaining the necessary insurances at the commencement of a call-off contract. Evidence required may include cover notes or quotations.
  III.1.3) Technical and professional ability
  Minimum level(s) of standards required:
  All Lots: Information Commissioners Office (ICO) Registration, and Cyber Essentials and UKAS Accreditation to BS EN ISO 9001:2015 Quality Management Systems (QMS)
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  Framework suppliers will be required to deliver social value outcomes through the delivery of call-off contracts accordance with Clause 24 of the framework agreement.
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  The procurement involves the establishment of a framework agreement with several operators.
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2024/S 000-004635
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              14/06/2024
  
                Local time: 10:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Duration in months: 12 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              14/06/2024
  
              Local time: 10:15
  Place:
  Virtual/online or at Puma Court, Kings Drive, Kings Business Park, Prescot, L34 1PJ
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
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
For more information about this opportunity, please visit the Delta eSourcing portal at: 
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-structures-and-materials%3B-auxiliary-products-to-construction-%28excepts-electric-apparatus%29./75988P84Q6
To respond to this opportunity, please click here: 
https://fusion21.delta-esourcing.com/respond/75988P84Q6
 GO Reference: GO-202457-PRO-25971903
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.4.2) Body responsible for mediation procedures
  
    N/A
    N/A, N/A, N/A
    N/A
    N/A
    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
07/05/2024