Construction Tenders

Wed May 08 2024

Related Information

Construction Contract Leads

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 10th May 2023

Tender Details
Referenceocds-h6vhtk-03c7a4
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£100,000,000
More Tenders »

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 10th May 2023

Tender Details
Referenceocds-h6vhtk-03c7a4
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£100,000,000

Section I: Contracting authority

I.1) Name and addresses

Fusion21 Members Consortium

Unit 2 Puma Court, Kings Business Park

Prescot

L34 1PJ

Contact

Steffanie Swift

Email

Tenders [at] fusion21.co.uk

Telephone

+44 8453082321

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.fusion21.co.uk/

Buyer's address

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 above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned 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 - Construction work

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

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work
  • 45262690 - Refurbishment of run-down buildings
  • 45453000 - Overhaul and refurbishment work
  • 45261900 - Roof repair and maintenance work
  • 50870000 - Repair and maintenance services of playground equipment
  • 50000000 - Repair and maintenance services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
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

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

28 June 2023

End date

31 January 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

Framework agreement with several operators

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about the 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

9 June 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

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:

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

To respond to this opportunity, please click here:

https://fusion21.delta-esourcing.com/respond/5P6SBUK426" target="_blank">https://fusion21.delta-esourcing.com/respond/5P6SBUK426

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

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

N/A

N/A

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom