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

Design, Supply and Installation of Permanent and Temporary Modular Buildings

  • First published: 10 June 2025
  • Last modified: 10 June 2025
  • Version: N/A
  •  

  • 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:
ocds-h6vhtk-046f54
Published by:
LHC Procurement Group
Authority ID:
AA84474
Publication date:
10 June 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This opportunity has been listed on behalf of LHC and our regional businesses:

Consortium Procurement Construction (CPC)

London and South East (LSE)

Scottish Procurement Alliance (SPA)

South-West Procurement Alliance (SWPA)

Welsh Procurement Alliance (WPA)

LHC Procurement Group is seeking suitable organisations for our Modular Buildings framework. This new framework will replace LHC's successful Modular Buildings Framework (MB2) Framework which expires May 2025 and will be for the provision of Modular Buildings for the public sector for use by:

- Education

- Healthcare

- Emergency Services

- Offices

- Community related buildings including sport facilities, theatres, & other types of community buildings

- Residential projects where they are part of a mixed use development or for student accommodation for schools and universities

The framework will cover the design, supply, installation and hire of permanent, temporary, and refurbished modular buildings for the public sector and tenderers will be required to offer a full turn key solution, providing all services required to deliver a full project from design through to handover.

The workstreams included in this framework are as follows, please access the tender documentation area of the project to see full details and lots:

Workstream 1 - Permanent Modular Buildings

Workstream 2 - Healthcare Buildings

Workstream 3 - Hire of Temporary Buildings

Workstream 4 - Refurbished Buildings

Whilst this is a national framework, each lot is broken down into a number of regional areas allowing bidders to apply for this framework in the regional areas most suited to them.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

LHC Procurement Group

14601330

2-4 Vine Street

Uxbridge

UB81QE

UK

Contact person: Meghan Wharton

E-mail: procurement@lhcprocure.org.uk

NUTS: UKI74

Internet address(es)

Main address: www.lhcprocure.org.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Public Sector Framework Provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Design, Supply and Installation of Permanent and Temporary Modular Buildings

Reference number: MB3

II.1.2) Main CPV code

44211000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This opportunity has been listed on behalf of LHC and our regional businesses:

Consortium Procurement Construction (CPC)

London and South East (LSE)

Scottish Procurement Alliance (SPA)

South-West Procurement Alliance (SWPA)

Welsh Procurement Alliance (WPA)

LHC Procurement Group is seeking suitable organisations for our Modular Buildings framework. This new framework will replace LHC's successful Modular Buildings Framework (MB2) Framework which expires May 2025 and will be for the provision of Modular Buildings for the public sector for use by:

- Education

- Healthcare

- Emergency Services

- Offices

- Community related buildings including sport facilities, theatres, & other types of community buildings

- Residential projects where they are part of a mixed use development or for student accommodation for schools and universities

The framework will cover the design, supply, installation and hire of permanent, temporary, and refurbished modular buildings for the public sector and tenderers will be required to offer a full turn key solution, providing all services required to deliver a full project from design through to handover.

The workstreams included in this framework are as follows, please access the tender documentation area of the project to see full details and lots:

Workstream 1 - Permanent Modular Buildings

Workstream 2 - Healthcare Buildings

Workstream 3 - Hire of Temporary Buildings

Workstream 4 - Refurbished Buildings

Whilst this is a national framework, each lot is broken down into a number of regional areas allowing bidders to apply for this framework in the regional areas most suited to them.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 155 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Workstream 1 - Permanent Modular Buildings

II.2.2) Additional CPV code(s)

44211000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

Workstream 1 covers the supply and installation of all types of permanent modular buildings EXCEPT healthcare related buildings. This shall include (but not be limited to):

- Educational buildings

- Non-educational buildings

- Buildings for use by emergency services

- Office buildings

- Community related buildings (including sport facilities, theatres and other types of community related buildings)

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 15

Quality criterion: Technical Capability / Weighting: 20

Quality criterion: Regional Response / Weighting: 20

Quality criterion: Factory Assessment / Weighting: 15

Price / Weighting:  30

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

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 2

II.2.1) Title

Workstream 2 - Healthcare Buildings

II.2.2) Additional CPV code(s)

44211000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

Workstream 2 covers the supply and installation of permanent modular buildings specifically related to the needs and requirement of healthcare providers. This shall include (but not be limited to):

- Primary healthcare facilities

- Hospital wards and accommodation and

- Specialist operating theatres

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 15

Quality criterion: Technical Capability / Weighting: 20

Quality criterion: Regional Response / Weighting: 20

Quality criterion: Factory Assessment / Weighting: 15

Price / Weighting:  30

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

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 3

II.2.1) Title

Workstream 3 - Hire of Temporary Buildings

II.2.2) Additional CPV code(s)

44211000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

Workstream 3 relates to the hire of temporary buildings primarily focused on educational, offices and temporary healthcare facilities however suppliers will be able to offer other type of buildings to hire through this workstream.

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 15

Quality criterion: Technical Capability / Weighting: 20

Quality criterion: Regional Response / Weighting: 20

Quality criterion: Factory Assessment / Weighting: 15

Price / Weighting:  30

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

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Lot No: 4

II.2.1) Title

Workstream 4 - Refurbished Buildings

II.2.2) Additional CPV code(s)

44211000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

Workstream 4 relates to the provision of refurbished units either manufactured by the supplier or procured from 3rd party organisations.

II.2.5) Award criteria

Quality criterion: General Technical / Weighting: 15

Quality criterion: Technical Capability / Weighting: 20

Quality criterion: Regional Response / Weighting: 20

Quality criterion: Factory Assessment / Weighting: 15

Price / Weighting:  30

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

II.2.14) Additional information

LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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:

2024/S 000-030079

Section V: Award of contract

Lot No: Workstream 1

Title: Permanent Modular Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/05/2025

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 15

Number of tenders received by electronic means: 19

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

V.2.3) Name and address of the contractor

Explore Modular Limited

374967049

Brentwood

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Healthmatic Ltd

438165287

Wiltshire

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Integra Buildings Limited

3386037

East Yorkshire

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

McAvoy Modular Offsite Limited

NI8762

Lisburn

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Modularwise Ltd

4553084

Herefordshire

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Modulek Ltd

7466165

Dorset

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

P McVey Building Systems

NI634141

ANTRIM

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Limited

685303

York

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Limited

2487565

East Yorkshire

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sibcas Ltd

SC52604

West Lothian

UK

NUTS: UKM

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Vision Built Structures Ltd

539588

Co. Sligo

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

414489

Port Talbot

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Western Building Systems Ltd

NI025833

County Tyrone

UK

NUTS: UKN

The contractor is an SME: Yes

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

Total value of the contract/lot: Lowest offer: 1 000 000.00  GBP / Highest offer: 155 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Workstream 2

Title: Healthcare Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/05/2025

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

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

V.2.3) Name and address of the contractor

Integra Buildings Limited

3386037

East Yorkshire

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

McAvoy Modular Offsite Limited

NI8762

Lisburn

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Modulek Ltd

7466165

Dorset

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

P McVey Building Systems

NI634141

TOOMEBRIDGE

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Limited

685303

York

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Limited

2487565

East Yorkshire

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rollalong Limited

3683003

Dorset

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Thurston Group Limited

998540

Wakefield

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Vanguard Healthcare Solutions Ltd

4382564

Gloucester

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Vision Built Structures Ltd

539588

Co. Sligo

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

414489

Port Talb

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Western Building Systems Ltd

NI025833

County Tyrone

UK

NUTS: UKN

The contractor is an SME: Yes

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

Total value of the contract/lot: Lowest offer: 1 000 000.00  GBP / Highest offer: 155 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Workstream 3

Title: Hire of Temporary Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/05/2025

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 11

Number of tenders received by electronic means: 13

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

V.2.3) Name and address of the contractor

Davro Site Services Limited

1689131

Essex

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Explore Modular Limited

13051492

Brentwood

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Integra Buildings Limited

3386037

East Yorkshire

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

McAvoy Modular Offsite Limited

NI8762

Lisburn

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

P McVey Building Systems

NI634141

TOOMEBRIDGE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Limited

685303

York

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Limited

2487565

East Yorkshire

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rollalong Limited

3683003

Dorset

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sibcas Ltd

SC52604

West Lothian

UK

NUTS: UKM

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Silwood Facilities Ltd

9163396

Harringey

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Vision Built Structures Ltd

539588

Co. Sligo

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

414489

Port Talbot

UK

NUTS: UKL

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1 000 000.00  GBP / Highest offer: 155 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Workstream 4

Title: Refurbished Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/05/2025

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 8

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

Explore Modular Limited

13051492

Brentwood

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Integra Buildings Limited

3386037

East Yorkshire

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

McAvoy Modular Offsite Limited

NI8762

Lisburn

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

P McVey Building Systems

NI634141

TOOMEBRIDGE

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Limited

685303

York

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Limited

2487565

East Yorkshire

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rollalong Limited

3683003

Dorset

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Sibcas Ltd

SC52604

West Lothian

UK

NUTS: UKM

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Silwood Facilities Ltd

9163396

Harringey

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

414489

Port Talbot

UK

NUTS: UKL

The contractor is an SME: No

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

Total value of the contract/lot: Lowest offer: 1 000 000.00  GBP / Highest offer: 155 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Scottish Procurement Alliance, Welsh 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 as listed on:

https://www.cpconstruction.org.uk/who-we-work-with/

https://lse.lhcprocure.org.uk/who-we-work-with/

https://www.scottishprocurement.scot/who-we-work-with/

https://www.swpa.org.uk/who-we-work-with/

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 or registered charities.

LHC clients may add community benefit requirements in their call-off contracts from this Framework including but not limited to:

- 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.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Royal Courts of Justice, The Strand

London

WC2A 2L

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

05/06/2025

Coding

Commodity categories

ID Title Parent category
44211000 Prefabricated buildings Structures and parts of structures

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:
procurement@lhcprocure.org.uk
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.