Fusion21 Building Safety and Compliance Framework

Award

Value

£2,860,000,000

Suppliers

Classifications

  • Building services
  • Technical testing, analysis and consultancy services
  • Risk or hazard assessment for construction
  • Health and safety consultancy services
  • Laboratory services
  • Training services
  • Technical training services
  • Building-fabric consultancy services
  • Asbestos removal services
  • Asbestos-removal work
  • Consulting services for water-supply and waste consultancy
  • Monitoring and control services
  • Water installations
  • Repair and maintenance services of pumps
  • Repair and maintenance services of taps
  • Repair and maintenance services of tanks
  • Tank-cleaning services
  • Installation services of tanks
  • Fire and explosion protection and control consultancy services
  • Fire-prevention services
  • Building-inspection services
  • Technical inspection services
  • Fire doors
  • Fireproofing work
  • Fire-prevention installation works
  • Fire-detection systems
  • Repair and maintenance services of firefighting equipment
  • Fire-alarm systems
  • Fire-alarm system installation work
  • Firefighting equipment
  • Installation services of fire protection equipment
  • Portable fire-extinguishers
  • Miscellaneous fire-protection equipment
  • Lighting equipment and electric lamps
  • Emergency lighting equipment
  • Repair and maintenance services of electrical distribution equipment
  • Repair and maintenance services of electrical building installations
  • Installation services of electrical equipment
  • Electrical installation work
  • Access control system
  • Repair and maintenance services of security equipment
  • Surveillance and security systems and devices
  • Alarm system and antenna installation work
  • Alarm-monitoring services
  • Burglar and fire alarms
  • Patient-monitoring system
  • Sound or visual signalling apparatus
  • Medical aids
  • Inspection of ventilation system
  • Ventilation equipment
  • Industrial chimneys
  • Fume cupboards
  • Woodworking equipment
  • Technical services

Tags

  • award
  • contract

Published

4 years ago

Description

Fusion21 has developed a Framework for the full provision of building safety and compliance works and services across public sector estates. The framework is split into fourteen (14) 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, Engineering & Consultancy (Multi-Disciplinary)
Lot 6 - Fire Risk Assessments
Lot 7 - Fire Safety Inspections
Lot 8 - Passive Fire Protection - Fire Doors
Lot 9 - Passive Fire Protection - Fire Stopping
Lot 10 - Active Fire Safety
Lot 11 - Electrical Testing and Electrical Works
Lot 12 - Electronic Security
Lot 13 - Warden Call & Tele-health
Lot 14 - Local Exhaust Ventilation

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Total Patient Assessment Device Solutions Tender Notice

NHS Supply Chain seeks to establish a Framework Agreement for Total Patient Assessment Device Solution Products under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it. This includes the following requirements which have been sub-divided into Lots: Lot 1 - Blood Pressure Monitoring with Blood Pressure Cuffs Lot 2 - Thermometer Devices and Related Consumables Lot 3 - Patient Weighing Scales and Measuring Devices Lot 4 - Patient Assessment Devices and Kits Lot 5 - Personal Health Monitors and Kits It is anticipated that initial expenditure will be in the region of £23,900,000 to £25,000,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. Estimated value over the 2-year Framework Agreement will be in the region of £47,800,000. There will be an option to extend the Framework for a further 2 years. If the extension period will be utilised, then the total value of the Framework across the 4 year would be approximately £95,600,000. Preliminary market engagement was carried out during PCR 2015, with a Prior Information Notice being published. The identifier codes for the Prior information Notice are as follows: Notice identifier: 2024/S 000-018940 Procurement identifier (OCID): ocds-h6vhtk-04713a

Katy Reed

Published 2 days ago
Open

Minor Works Framework 2026-2030

The Minor Works Framework (MWF) was first procured in 2017 as two separate frameworks, one for Building Fabric and the other for Mechanical and Electrical services, to provide compliant procurement routes for the Hampshire County Council's Property Services team for lower value or specialist, building fabric and mechanical & electrical works. The current framework, procured in 2021, combined the two frameworks into a single framework with seven lots, and introduced a process of direct award on rotation to create efficiencies in procuring low value works and has provided more distribution of works across our supply chain. As the Council has an ongoing requirement for Minor Works, the intention is to build on the success of the current framework and having taken into account any lessons learned from the current arrangement, to develop the replacement Minor Works Framework 2026-2030. The maximum number of Suppliers that will be included in each lot is listed above in paragraph 1.2 to 1.8 and below in 18.2. Where the authority is unable to achieve the specified number of Suppliers for a lot, either through lack of returns or returns failing to meet the Authorities minimum requirements, that lot will be established with fewer than the intended maximum number. Suppliers may apply for one lot or up to a maximum of two lots. However, Suppliers who wish to apply for two lots can only apply for any one of the lots from Lot 1 to Lot 5 plus either Lot 6 or Lot 7. Alternatively, Suppliers can apply for Lot 6 and Lot 7. The process for awarding works through this framework will vary depending on the Lot as well as the contracting authority’s internal governance process, however there are two main principles of appointing Suppliers through the framework: Mini Competition - For projects where the estimated value is between the lot values, all the Suppliers on a Lot will be invited to confirm, by way of an expression of interest (EOI) based on basic project information. The EOI will accept responses for 5 working days, after which the EOI period will close and the Mini-Competition will be issued to interested Suppliers. Failure to respond to an EOI issued in the timeframe, will be considered that a Supplier is un-interested and the mini competition will only be issued to those Suppliers who submitted an EOI. Award without further competition (Direct Award) – For projects where the estimated value is between the lot values, the works can be awarded without further competition on a rotational system. The rotational list is prepared based on ranking of bidders from the framework procurement, starting from highest to lowest ranked bids in each lot. The Framework Agreement is available to all Public Sector organisations and Registered Charities within Hampshire, Isle of Wight and the surrounding Counties. This includes but is not limited to: Unitary Authorities, District, Borough, Town and Parish Councils, Fire and Police Authorities and successor counties/authorities, Local Education Schools, National Park Authorities, the NHS, Faith establishments, Universities, Colleges, Academies, ‘Free’ and maintained schools. Contracting Authorities may enter into underlying Contracts with the contractor(s) during the term of the Framework Agreement by following the Call-off Procedure as detailed in the Framework Guidelines and Working Practices. The Contracting Authorities can call-off from multiple lots should they wish to once they have signed the access agreements with HCC.

Katy Reed

Published 2 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete