Modification notice
Modification of a contract/concession during its term
Section I: Contracting
entity
I.1) Name and addresses
LHC for the Welsh Procurement Alliance (WPA)
Tredomen Innovation & Technology Centre, Tredomen Park, Ystrad Mynach
Hengoed
CF82 7FQ
UK
Telephone: +44 1895274800
E-mail: procurement@lhc.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.lhc.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Public Buildings Construction and Infrastructure
Reference number: PB3
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.2) Description
Lot No: 1
II.2.1) Title
Public Buildings and Infastrcuture
II.2.2) Additional CPV code(s)
45211360
45214230
45213100
45300000
45210000
45212322
45400000
45215141
45212200
45211350
45216120
45214400
45216000
45215140
45212225
45214300
45214200
45216122
45212170
45216111
45216121
45212100
45221100
45214220
45214210
45220000
45200000
45212210
45215120
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
This framework is the successor to our popular Schools and Community Buildings Framework and will be for the construction of new buildings, extensions, and refurbishment of public and social infrastructure buildings.
Typical building types are as follows (but not limited to)
- Educational buildings
- Healthcare buildings
- Emergency service buildings such as fire stations, ambulance stations and police stations
- Community buildings such as community centres and sports facilities
- Offices and other buildings for social infrastructure.
- Residential properties (when part of a mixed-use development )
- Conversion of commercial buildings for residential use
- Delivery of student accommodation to education clients
Certain lots include the provision of infrastructure works either when associated to the main project scope or as standalone infrastructure works
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start:
01/10/2021
End:
30/04/2026
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.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 194-506839
Section V: Award of contract/concession
Lot No: 1
Contract No: PB3
Title: Public Buildings and Infastrcuture
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
22/09/2021
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor/concessionaire
Kier Construction Ltd
02099533
Clippers Quay
M50 3XP
UK
NUTS: UKD3
The contractor/concessionaire is an SME:
No
V.2.3) Name and address of the contractor/concessionaire
Morgan Sindall Construction & Infrastructure Ltd
04273754
London
W1W 8AJ
UK
NUTS: UKI
The contractor/concessionaire is an SME:
No
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 100 000 000.00
GBP
Section VI: Complementary information
VI.3) Additional information
LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Welsh Procurement Alliance, Scottish Procurement Alliance and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework.
As of the date of publication of this notice our frameworks may be used by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 and as listed on https://www.lhc.gov.uk/who-we-work-with/, and https://www.welshprocurement.cymru/who-we-work-with/, including but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm’s length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services and registered charities.
Please note within some lots listed in section V there are a number of regional areas. For these lots the contractors awarded a position on the framework will have been appointed for one or more of the regional areas available within the lot, but may not be appointed in all regional areas within a lot.
Under the terms of this framework the successfully appointed contractors will be required to required to deliver community benefits in support of the public body's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The community benefits included in this contract are:
— to generate employment and training opportunities for priority groups,
— vocational training,
— to up-skill the existing workforce,
— equality and diversity initiatives,
— to make sub-contracting opportunities available to SMEs, the third sector and supported businesses,
— supply-chain development activity,
— to build capacity in community organisations,
— educational support initiatives.
Clients wishing to use the framework will need to refer to the further information and guidance document available for this framework which will be available on the LHC, SPA, WPA, CPC and SWPA websites, or request further information from a representative of the LHC group to identify the specific list of contractors appointed in each regional area within each lot.
This framework will commence on 01 October 2021 and will last for a period of 48 months, ending on 30 September 2025.
(WA Ref:152888)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, the strand
London
WC2A 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Service, Cabinet Office
Roseberry Court, Central Avenue, St Andrews Business Park,
Norwich
NR7 0HS
UK
VI.5) Date of dispatch of this notice
01/07/2025
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
45000000
VII.1.2) Additional CPV code(s)
VII.1.3) Place of performance
NUTS code:
UKL
VII.1.4) Description of the procurement
This framework is the successor to our popular Schools and Community Buildings Framework and will be for the construction of new buildings, extensions, and refurbishment of public and social infrastructure buildings.
Typical building types are as follows (but not limited to)
- Educational buildings
- Healthcare buildings
- Emergency service buildings such as fire stations, ambulance stations and police stations
- Community buildings such as community centres and sports facilities
- Offices and other buildings for social infrastructure.
- Residential properties (when part of a mixed-use development )
- Conversion of commercial buildings for residential use
- Delivery of student accommodation to education clients
Certain lots include the provision of infrastructure works either when associated to the main project scope or as standalone infrastructure works
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start:
22/09/2021
End:
30/04/2026
Due to unforeseen operational challenges, including staffing shortages, strategic
reprioritisation, LHC Procurement Group has been unable to complete a replacement
procurement within the anticipated timeframe. A short-term extension is therefore required
to maintain service continuity and legal compliance.
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 100 000 000.00 GBP
The contract/concession has been awarded to a group of economic operators:
Yes
VII.1.7) Name and address of the contractor/concessionaire
Galliford Try Construction Limited
Blake House 3 Frayswater Place, , Cowley, Uxbridge,
Middlesex,
UB82AD
UK
NUTS: UK
The contractor/concessionaire is an SME:
No
VII.1.7) Name and address of the contractor/concessionaire
Modulek Ltd
19 Bessemer Close , Ebblake Industrial Centre
Verwood
BH316AZ
UK
NUTS: UKK24
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
M & J GROUP (CONSTRUCTION & ROOFING) LTD
M&J Group Hammond Road, Elms Farm Industrial Estate
Bedford
MK410UD
UK
NUTS: UKH24
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
VINCI CONSTRUCTION LTD
Astral House, Imperial Way
Watford
WD244WW
UK
NUTS: UK
The contractor/concessionaire is an SME:
No
VII.1.7) Name and address of the contractor/concessionaire
TILBURY DOUGLAS CONSTRUCTION LIMITED
30-40 Eastcheap
London
EC3M1HD
UK
NUTS: UKI
The contractor/concessionaire is an SME:
No
VII.1.7) Name and address of the contractor/concessionaire
Kier
Conway House, St Mellons Business Park
Cardiff
CF30EY
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
VII.1.7) Name and address of the contractor/concessionaire
Morgan Sindall Construction & Infrastructure Ltd
7th Floor, Anchorage 2, Salford Quays
Manchester
M503YW
UK
NUTS: UK
The contractor/concessionaire is an SME:
Yes
VII.2) Information about modifications
VII.2.1) Description of the modifications
Due to unforeseen operational challenges, including staffing shortages, strategic
reprioritisation, LHC Procurement Group has been unable to complete a replacement
procurement within the anticipated timeframe. A short-term extension is therefore required
to maintain service continuity and legal compliance.
VII.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
short-term extension is therefore required to maintain service continuity and legal
compliance.
This modification is to extend the framework agreement until 30th April 2026
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 100 000 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 100 000 000.00 Currency: GBP