Construction Tenders

22 May 2025

Related Information

Construction Contract Leads

United Kingdom

Category Works

Type

No. of Lots 12

Status Active

Published 11th Nov 2024

Tender Details
Referenceocds-h6vhtk-048b38
Common Procurement VocabularyBuilding installation work
Procurement MethodOpen procedure
Value£800,000,000
More Tenders »

United Kingdom

Category Works

Type

No. of Lots 12

Status Active

Published 11th Nov 2024

Tender Details
Referenceocds-h6vhtk-048b38
Common Procurement VocabularyBuilding installation work
Procurement MethodOpen procedure
Value£800,000,000

Section I: Contracting authority

I.1) Name and addresses

Fusion21 Members Consortium

2 Puma Court, Kings Business Park, Kings Drive

Prescot

L34 1PJ

Contact

Steff 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

I.2) Information about 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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://fusion21.ukp.app.jaggaer.com/

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

I.4) Type of the contracting authority

Other type

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 Building Safety & Compliance Framework

II.1.2) Main CPV code

  • 45300000 - Building installation work

II.1.3) Type of contract

Works

II.1.4) Short description

Fusion21 is developing a framework for Building Safety and Compliance related works/services. 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 12 lots, these include:

Lot 1: Asbestos Surveying & Consultancy

Lot 2: Asbestos Abatement & Removal

Lot 3: Legionella & Water Hygiene Consultancy

Lot 4: Legionella Monitoring & Control

Lot 5: Fire Safety Surveying & Consultancy (Multi- Disciplinary)

Lot 6: Fire Risk Assessments

Lot 7: Fire Safety Inspections

Lot 8: Passive Fire Protection

Lot 9: Fire Suppression (Sprinkler & Mist) Systems

Lot 10: Active Fire Safety

Lot 11: Warden Call & Tele-health

Lot 12: Electronic Security

II.1.5) Estimated total value

Value excluding VAT: £800,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
8

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Suppliers will not be able to bid on the following combinations of lots:

* Both Lot 1 and Lot 2 together.

* Both Lot 3 and Lot 4 together.

* Lots 8, 9 or 10 if bidding for either of Lot 5 or Lot 6 and vice versa.

II.2) Description

II.2.1) Title

Asbestos Surveying & Consultancy

Lot No

1

II.2.2) Additional CPV code(s)

  • 71313410 - Risk or hazard assessment for construction
  • 71315100 - Building-fabric consultancy services
  • 71317210 - Health and safety consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71900000 - Laboratory services
  • 80500000 - Training services
  • 80531200 - Technical training services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes asbestos consultancy, surveying, analysis, air monitoring, training and related services.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £50,000,000

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.2.10) 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) Description

II.2.1) Title

Asbestos Abatement & Removal

Lot No

2

II.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes asbestos encapsulation, asbestos removal, asbestos disposal, making good and related works/services.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £90,000,000

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.2.10) 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) Description

II.2.1) Title

Legionella & Water Hygiene Consultancy

Lot No

3

II.2.2) Additional CPV code(s)

  • 71313410 - Risk or hazard assessment for construction
  • 71317210 - Health and safety consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 80500000 - Training services
  • 80531200 - Technical training services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes water hygiene consultancy services, undertaking risk assessments, producing written schemes/management plans, training and related services.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £10,000,000

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.2.10) 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) Description

II.2.1) Title

Legionella Monitoring & Control

Lot No

4

II.2.2) Additional CPV code(s)

  • 45332000 - Plumbing and drain-laying work
  • 50511000 - Repair and maintenance services of pumps
  • 50513000 - Repair and maintenance services of taps
  • 50514100 - Repair and maintenance services of tanks
  • 51810000 - Installation services of tanks
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 80531200 - Technical training services
  • 90913100 - Tank-cleaning services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes water hygiene and legionella monitoring, system labelling, temperature monitoring, TMV testing, water sampling and testing, system/tank chlorination, remedial works (e.g. dead leg removal, tank replacement) and related works/services.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £50,000,000

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.2.10) 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) Description

II.2.1) Title

Fire Safety Surveying & Consultancy (Multi- Disciplinary)

Lot No

5

II.2.2) Additional CPV code(s)

  • 71313410 - Risk or hazard assessment for construction
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 75251110 - Fire-prevention services
  • 80500000 - Training services
  • 80531200 - Technical training services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes carrying out fire safety related consultancy services. This includes providing any of the following services: visual and intrusive building surveys/inspections internal/external, compartmentation surveys/fire stopping inspections, cladding surveys (EWS1 Forms), 3D scanning and BIM modelling, fire engineering design/strategy development/review (Designer/Principal Designer), fire risk assessment, contract/works management, auditing, building handover acceptance auditing, building safety case development/ownership/maintenance, training, related software, and related services/works, e.g. opening up/making good.

It is anticipated these will be provided by any of the following roles and associated disciplines that may work collaboratively as part of a multi-disciplinary team: surveyor, inspector, fire/structural engineer, fire risk assessor, building safety manager, employers agent, contract administrator, project manager, cost manager, clerk of works.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £20,000,000

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.2.10) 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) Description

II.2.1) Title

Fire Risk Assessments

Lot No

6

II.2.2) Additional CPV code(s)

  • 71313410 - Risk or hazard assessment for construction
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 75251110 - Fire-prevention services
  • 80500000 - Training services
  • 80531200 - Technical training services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes carrying out fire risk assessments for the purposes of the Regulatory Reform (Fire Safety) Order 2005 (as may be superseded) and related training. Indicatively this lot is not intended to cover ‘higher-risk’ or complex buildings but they are not prohibited from the scope.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £40,000,000

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.2.10) 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) Description

II.2.1) Title

Fire Safety Inspections

Lot No

7

II.2.2) Additional CPV code(s)

  • 71315400 - Building-inspection services
  • 71631000 - Technical inspection services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes the routine or ad-hoc inspection of buildings and fire doors relating to fire safety and health and safety standards. For example: means of warning and escape, spread of fire (internal and external), fire fighting installations/equipment, signage.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £40,000,000

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.2.10) 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) Description

II.2.1) Title

Passive Fire Protection

Lot No

8

II.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes design, supply, installation and maintenance of passive fire safety works including fire doors and fire stopping.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £290,000,000

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.2.10) 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) Description

II.2.1) Title

Fire Suppression (Sprinkler & Mist) Systems

Lot No

9

II.2.2) Additional CPV code(s)

  • 35111500 - Fire suppression system
  • 44115500 - Sprinkler systems
  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work
  • 45343230 - Sprinkler systems installation work

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes design, supply, installation and maintenance of fire suppression (sprinkler and mist) systems. This lot includes wet and dry risers and similar fire-fighting equipment/installations.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £40,000,000

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.2.10) 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) Description

II.2.1) Title

Active Fire Safety

Lot No

10

II.2.2) Additional CPV code(s)

  • 31500000 - Lighting equipment and electric lamps
  • 31518200 - Emergency lighting equipment
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35111000 - Firefighting equipment
  • 35111320 - Portable fire-extinguishers
  • 44480000 - Miscellaneous fire-protection equipment
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 51700000 - Installation services of fire protection equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes fire detection and alarm systems, fire evacuation systems, refuge intercoms, smoke alarms, emergency lighting, fire fighting equipment, sprinkler systems, wet risers, dry risers, AOVs and similar service/works.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £90,000,000

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.2.10) 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) Description

II.2.1) Title

Warden Call & Tele-health

Lot No

11

II.2.2) Additional CPV code(s)

  • 31620000 - Sound or visual signalling apparatus
  • 33195000 - Patient-monitoring system
  • 33196000 - Medical aids
  • 42961100 - Access control system
  • 79711000 - Alarm-monitoring services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes design, installation, maintenance, inspection and testing of warden call systems and remote health monitoring and related works/services.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £40,000,000

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.2.10) 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) Description

II.2.1) Title

Electronic Security

Lot No

12

II.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 35120000 - Surveillance and security systems and devices
  • 42961100 - Access control system
  • 45312000 - Alarm system and antenna installation work
  • 50610000 - Repair and maintenance services of security equipment
  • 79711000 - Alarm-monitoring services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The scope of this lot includes door entry/access control, CCTV, auto gates, barriers, doors, intruder alarms, TV aerial equipment and related works/services.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £40,000,000

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.2.10) 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 possibly 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 £1 million

Product Liability

Lots 8, 9, 10, 11 and 12 £5 million

Contractors All Risks

Lots 2, 4, 8, 10, 11 and 12 £250 thousand

Lot 9 £1 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.

Minimum level(s) of standards possibly required

Lot 1: Asbestos Surveying & Consultancy

- Asbestos: UKAS Accredited Inspection Body

Lot 2: Asbestos Abatement & Removal

- Asbestos: HSE Asbestos Licence (Standard)

Lot 3: Legionella & Water Hygiene Consultancy

- Legionella: Legionella Control Association Membership

Lot 4: Legionella Monitoring & Control

- Legionella: Legionella Control Association Membership

Lot 5: Fire Safety Surveying & Consultancy (Multi-Disciplinary)

N/A

Lot 6: Fire Risk Assessments

- Fire: Fire Risk Assessment Company Scheme

- Independent 3rd party certification to carry out fire risk assessments such as BAFE SP205 or Warrington Fire FRACS Company Scheme

Lot 7: Fire Safety Inspections

N/A

Lot 8: Passive Fire Protection

- Fire: Passive Fire Company Scheme

- Relevant/recognised 3rd party accredited company registration by a scheme such as FIRAS, BM Trada, LPCB, IFC, Blue Sky Certification

Lot 9: Fire Suppression (Sprinkler & Mist) Systems

- Fire: Fire Suppression

- Relevant/recognised 3rd party accredited company registration by a scheme such as LPCB LPS

Lot 10: Active Fire Safety

- Fire: Active Fire Company Scheme

- Relevant/recognised 3rd party accredited company registration by a scheme such as BAFE, LPCB LPS, BSI

Lot 11: Warden Call & Tele-health

- Warden Call: Telecare Services Association Membership

Lot 12: Electronic Security

- Electrical: Competent Person Scheme Operator

- Registered as an electrical Competent Person Scheme Operator (e.g. NICEIC or NAPIT)

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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 200

IV.1.8) Information about the 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: 2024/S 000-025973

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

17 January 2025

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: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

17 January 2025

Local time

12:30pm

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

Country

United Kingdom

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

Country

United Kingdom