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