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