Fusion 21 Compliance and Facilities Management Framework
Fusion21 is developing a Framework Agreement for the provision of a range of facilities management and premises compliance services. This includes the provision of specialist consultancy services as well as property maintenance works.
United Kingdom-Liverpool: Building and facilities management services
2016/S 245-446895
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Link Road Depot, Link Road, Huyton
Liverpool
L36 6AP
United Kingdom
Contact person: Phil Woodhead
Telephone: +44 1514813000
E-mail: phil.woodhead@fusion21.co.uk
Fax: +44 1514813026
NUTS code: UKD5
Internet address(es):Main address: http://www.fusion21.co.uk/
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA28628
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Compliance and Facilities Management Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Fusion21 is developing a Framework Agreement for the provision of a range of facilities management and premises compliance services. This includes the provision of specialist consultancy services as well as property maintenance works. This procurement exercise is inviting tenders from all interested companies which meet the criteria set out in the tender documentation.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Asbestos Removal
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Asbestos removal, disposal and making good.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Surveying and Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Asbestos consultancy, surveying, analysis and related training.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Legionella Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Water hygiene consultancy services, undertaking risk assessments, producing management plans and related training.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Legionella Monitoring and Control
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Water hygiene and legionella monitoring, system labelling, temperature monitoring, TMV testing, water sampling and testing, system/tank chlorination, tank replacement, remedial works and dead leg removal.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fire Risk Assessments
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Carrying out Fire Risk Assessments for the purposes of The Regulatory Reform (Fire Safety) Order 2005 and related training.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Passive Fire Safety
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Design and installation/refurbishment/upgrading of passive fire safety measure to provide fire rated building compartments. Includes compartmentation, fire doors, intumescent vents, fire resistant glazing and fire signage.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Active Fire Safety
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Fire Alarm Systems, Smoke Alarms, Emergency Lighting, Fire Fighting Equipment, Sprinkler Systems, AOVs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Electrical Testing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Periodic Fixed Wire Testing (EICRs), PAT Testing, Microwave Testing.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Electrical Works and Re-wiring
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Electrical Works and Re-wiring.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Retrofit Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Solar PV, Solar Thermal, Air Source Heat Pumps, Ground Source Heat Pumps, and Rainwater harvesting.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Electric Heating
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Storage Heaters, Radiant, Convectors.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Electronic Security
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Door Entry / Access Control, CCTV, Auto Gates, Barriers, Doors, TV Aerial Equipment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Warden Call and Tele-health
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Warden call systems and remote health monitoring.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Total FM
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Portfolio and building property management services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Soft FM Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Cleaning, Window Cleaning, Washroom Services, Pest Control, Waste Management, Catering, Grounds Maintenance and Security.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Hard FM Services (M&E)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Mechanical and electrical planned preventative maintenance and reactive maintenance. Includes heating, ventilation, lightning protection, street lighting, building management systems, etc.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Compliance Software
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Software for managing, monitoring and reporting on the statutory compliance of buildings.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Fusion21 Ltd, Link Road Depot, Link Rd, Huyton, L36 6AP.
To be opened electronically using the mytenders postbox facility.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=190074
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref: 190074).
VI.4.1)Review body
Link Road Depot, Link Road, Huyton
Liverpool
L36 6AP
United Kingdom
Telephone: +44 1514813000
Fax: +44 1514813001Internet address:http://www.fusion21.co.uk/
VI.5)Date of dispatch of this notice:
Related Posts
Facilities Management Tender Rotherham
Total Facilities Management for University of Essex
Facilities Management Services Belfast