Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Framework Agreement For the Provision of Modular/Pre-Fabricated Modular Buildings Solutions

  • First published: 12 July 2021
  • Last modified: 12 July 2021
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS Commercial Solutions
Authority ID:
AA54365
Publication date:
12 July 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Catalogue of products — a catalogue of products from each provider which will include but not be limited to supply of materials, fittings, structure, pre-fabricated modular building units, components and consumables, providing professional consultancy services, such as site surveying, planning, design and drawing, reporting, quality monitoring, CDMC etc. The suppliers will offer a list of their supply and services offer as an off-the shelf catalogue so that contracting authorities can purchase the required quantities of items off the catalogue when their specification/service requirements matches with the catalogue offers. The contracting authorities may carry out a further price benchmarking and technical clarification to ascertain the suitability and availability of the supply/service.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NHS Commercial Solutions

The Atrium. Curtis Road.

Dorking

RH4 1XA

UK

Telephone: +44 01306646816

E-mail: monjur.elahi@nhs.net

NUTS: UK

Internet address(es)

Main address: https://www.commercialsolutions-sec.nhs.uk/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement For the Provision of Modular/Pre-Fabricated Modular Buildings Solutions

Reference number: 5028 - 3946

II.1.2) Main CPV code

44211100

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The aim of this procurement is to appoint a number of suppliers who specialise in the design, manufacture, supply, installation and maintenance of various modular/pre-fabricated buildings for use by the NHS and wider public sector bodies in the UK. The authority recognises that the expertise required will exist both nationally and at a local level and aims to be as inclusive as is practicable in order that the awarding authority has the most appropriate resource available.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 300 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Catalogue of Products

II.2.2) Additional CPV code(s)

44211100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Catalogue of products — a catalogue of products from each provider which will include but not be limited to supply of materials, fittings, structure, pre-fabricated modular building units, components and consumables, providing professional consultancy services, such as site surveying, planning, design and drawing, reporting, quality monitoring, CDMC etc. The suppliers will offer a list of their supply and services offer as an off-the shelf catalogue so that contracting authorities can purchase the required quantities of items off the catalogue when their specification/service requirements matches with the catalogue offers. The contracting authorities may carry out a further price benchmarking and technical clarification to ascertain the suitability and availability of the supply/service.

II.2.5) Award criteria

Quality criterion: Criteria as defined at the tender documentation / Weighting: 100

Cost criterion: Criteria as defined at the tender documentation / Weighting: 0

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

Purchase and Hire of Modular/Pre-fabricated Buildings

II.2.2) Additional CPV code(s)

44211100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Purchase and Hire of modular/pre-fabricated buildings – services to include but not limited to the supply, design, delivery, construction/installation and maintenance of both temporary and permanent modular/pre-fabricated buildings, purchased or hired. The service specification, quality and standard will generally meet the specification provide in section 5 below. A contracting authority will specify their specific requirements, e.g. quantity, design, planning, location when conducting a further competition tender exercise.

II.2.5) Award criteria

Quality criterion: Criteria as defined at the tender documentation / Weighting: 100

Cost criterion: Criteria as defined at the tender documentation / Weighting: 0

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

Bespoke

II.2.2) Additional CPV code(s)

44211100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Bespoke – a combination of lots 1 and 2 or other value added/innovative services associated with them.

II.2.5) Award criteria

Quality criterion: Criteria as defined at the tender documentation / Weighting: 100

Cost criterion: Criteria as defined at the tender documentation / Weighting: 0

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 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

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:

2020/S 132-325109

Section V: Award of contract

Lot No: 1

Contract No: 5028 - 3946

Title: Framework Agreement For the Provision of Modular/Pre-Fabricated Modular Buildings Solutions

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/02/2021

V.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Darwin Group

Shrewsbury

SY4 4EA

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Merit Holdings Limited

Cramlington

NE23 7RY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Vanguard Healthcare Solutions

Gloucester

GL3 4AE

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 5028 - 3946

Title: Framework Agreement For the Provision of Modular/Pre-Fabricated Modular Buildings Solutions

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/02/2021

V.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Darwin Group

Shrewsbury

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Merit Holdings Limited

Cramlington

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Vanguard Healthcare Solutions

Gloucester

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Extraspace Solutions

London

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Imaging Matters Limited

Leamington Spa

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

ModuleCo Healthcare Limited

Ellesmere Port

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

ModuleCo

Cheltenham

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

MTX Contracts LTD

Handforth

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Ltd

Brandesburton

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Western Building Systems Ltd

Coalisland

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 5028 - 3946

Title: Framework Agreement For the Provision of Modular/Pre-Fabricated Modular Buildings Solutions

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/02/2021

V.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Darwin Group

Shrewsbury

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Merit Holdings Limited

Cramlington

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Vanguard Healthcare Solutions

Gloucester

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The purpose of this procurement is to facilitate, through a framework agreement, the provision of the design, manufacture, supply, installation and maintenance of various modular/pre-fabricated Buildings for use by the NHS and wider public sector bodies in the UK.

The estimated total value of contracts awarded under the framework agreement is estimated to be GBP 300 million. However, interested parties should note that the framework agreement is not a guarantee of work and the contracting authority makes no commitment by any party to the use of the agreement nor the estimated value.

Subject to approval from the contracting authority, the public sector bodies eligible to use the framework agreement include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs:

The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

NHS Improvement: https://improvement.nhs.uk/

Department of Health: https://www.gov.uk/government/organisations/department-of-health

Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations

Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:

https://www.england.nhs.uk/stps/view-stps/

NHS England: https://www.england.nhs.uk/

Other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:

(a) who are a party to any of the following contracts:

— General Medical Services (GMS),

— Personal Medical Services (PMS),

— Alternative Provider Medical Services (APMS); and/or

(b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.

The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services — GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at:

NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure

NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/

Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/

Social Enterprise UK: https://www.socialenterprise.org.uk

VI.4) Procedures for review

VI.4.1) Review body

Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions

Leatherhead

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The authority incorporated a standstill period at the point of information on the award of the framework agreement was communicated to tenderers. That notification provided a full information on the award decision.

The standstill period was for a minimum of 10 calendar days provided time for unsuccessful tenderers to challenge the award decision before the framework agreement is concluded. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice

07/07/2021

Coding

Commodity categories

ID Title Parent category
44211100 Modular and portable buildings Prefabricated buildings

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
monjur.elahi@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.