Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Fusion21 Members Consortium
  2 Puma Court, Kings Business Park, Kings Drive
  Prescot
  L34 1PJ
  UK
  
            Contact person: Steff 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.ukp.app.jaggaer.com/
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://fusion21.ukp.app.jaggaer.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://fusion21.ukp.app.jaggaer.com/
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
            Other: An association formed by one or more bodies governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Fusion21 Workplace & FM Framework
            Reference number: Fusion21 Workplace & FM Framework
  II.1.2) Main CPV code
  79993000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Fusion21 is developing a framework for the full provision of workplace and facilities management services across public sector estates. This procurement exercise is inviting tenders from all interested economic operators that meet the criteria set out in the tender documentation for the lot(s) they wish to bid for. The framework is split into 4 lots, these include:
  1.	Total Facilities Management
  2.	Cleaning Services
  3.	Security Services
  4.	Building & Engineering Services
  II.1.5) Estimated total value
  Value excluding VAT: 
			700 000 000.00 
			  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
    Total Facilities Management
    II.2.2) Additional CPV code(s)
    42510000
    45310000
    45330000
    45350000
    50500000
    50610000
    50700000
    50750000
    50800000
    51100000
    55520000
    70330000
    71330000
    72224000
    72251000
    72253000
    72512000
    72514000
    75100000
    77314000
    77320000
    79710000
    79713000
    79810000
    79992000
    79993000
    90500000
    90524000
    90620000
    90910000
    90911000
    90911200
    90919000
    90920000
    90922000
    98341140
    98395000
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    This lot is intended to cover total facilities management and bundled FM packages with a broad scope of workplace and facilities management services including but not limited to (in any combination): cleaning, waste management, security, reception, post room, portage, M&E, lifecycle works, grounds maintenance, catering, pest control, energy management, health and safety management and administrative support services.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality/Technical
                    / Weighting: 60
    
                    Price
                    
                      / Weighting: 
                      40
    II.2.6) Estimated value
    Value excluding VAT: 
			200 000 000.00 
			  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: 2
  
    II.2.1) Title
    Cleaning Services
    II.2.2) Additional CPV code(s)
    90910000
    90911000
    90919000
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    This lot is intended to cover daily/routine cleaning, periodic cleaning, reactive cleaning and additional/planned cleaning.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality/Technical
                    / Weighting: 60
    
                    Price
                    
                      / Weighting: 
                      40
    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
    Security Services
    II.2.2) Additional CPV code(s)
    79710000
    79992000
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    This lot is intended to cover alarm receiving centre (ARC), alarm response, assistance for PEEPS, building evacuation, call handling (out of hours), CCTV monitoring (onsite/offsite), close protection/escort, door supervision, identity/security pass management, incident investigation and reporting, key holding, key/access card management, lone worker monitoring, reception duties, responsive security, searching, security dog handling, security risk assessment and crime prevention, security static/mobile/patrols, security training, threat response management, waking watch (fire).
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality/Technical
                    / Weighting: 60
    
                    Price
                    
                      / 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
    Building & Engineering Services
    II.2.2) Additional CPV code(s)
    42510000
    45310000
    45330000
    45340000
    45350000
    50500000
    50610000
    50700000
    50750000
    50800000
    51100000
    71330000
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    This lot is intended to cover maintenance of mechanical/electrical installations and building fabric. Includes planned preventative maintenance, reactive maintenance (e.g. remedial works, call-outs), planned repairs and improvements (e.g. lifecycle works, minor works, alterations).
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality/Technical
                    / Weighting: 60
    
                    Price
                    
                      / Weighting: 
                      40
    II.2.6) Estimated value
    Value excluding VAT: 
			200 000 000.00 
			  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:
  Refer to the ITT documents. 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.
  Public Liability £5 million
  Employers Liability £10 million
  Professional Indemnity
  Lot 1 - £2 million
  Lot 2 & 3 - £0.5 million
  Lot 4 - £1 million
  Product Liability
  Lot 1 & 4 only - £2 million
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Economic operators will need to demonstrate relevant experience and that they have competent staff in relevant disciplines for each lot applied for.
  Lots 1:
  • Membership of an electrical 'Approved Contractor' scheme by an organisation that is accredited to ISO/IEC 17065:2012 such as NICEIC or NAPIT
  • Gas Safe Registration
  • Security Industry Association (SIA) Approved Contractor under the 'Security Guarding' Approved Contractor Scheme
  Lot 2: None.
  Lot 4:
  • Security Industry Association (SIA) Approved Contractor under the 'Security Guarding' Approved Contractor Scheme
  Lot 5:
  • Membership of an electrical 'Approved Contractor' scheme by an organisation that is accredited to ISO/IEC 17065:2012 such as NICEIC or NAPIT
  • Gas Safe Registration
 
III.2) Conditions related to the contract
  III.2.1) Information about a particular profession
  
                  Participation is reserved to a particular profession: Yes
                
  Reference to the relevant law, regulation or administrative provision:
  Lot 1 and Lot 4: Gas Safe Registration required for operatives working on gas by virtue of The Gas Safety (Installation and Use) Regulations 1998 Regulation 3.
  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 000-016931
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              22/11/2024
  
                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:
              22/11/2024
  
              Local time: 10:00
  Place:
  Virtual/online or at Puma Court, Kings Drive, Kings Business Park, Prescot, L34 1PJ
  Information about authorised persons and opening procedure:
  Fusion21 Members and Staff
 
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
17/10/2024