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, Temporary Hire and Refurbished Modular Buildings

  • First published: 11 May 2021
  • Last modified: 11 May 2021

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:
LHC
Authority ID:
AA76010
Publication date:
11 May 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 covers the supply and installation of all types of permanent modular buildings with a project value of between 0 and GBP 750 000 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).

Please refer to the framework guide which will be available from the LHC website for further detail.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

LHC

Royal House, 2-4 Vine Street

Uxbridge

UB8 1QE

UK

Contact person: Procurement

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: http://www.lhc.gov.uk/24

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, Temporary Hire and Refurbished Modular Buildings

Reference number: MB2

II.1.2) Main CPV code

44211000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The framework will cover the design, supply, installation and hire of permanent, temporary and refurbished modular buildings for the public sector and for use by:

— education,

— healthcare,

— emergency services,

— offices,

— community related buildings including sport facilities, theatres and other types of community buildings,

— residential projects where they are part of a mixed use development or for student accommodation for schools and universities.

Successfully Appointed Companies will be required to offer a full turn key solution, providing all services required to deliver a full project from design through to handover.

This framework will commence on 10 May 2021 and will last for a period of 48 months, ending on 9 May 2025.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 250 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Workstream 1a — Permanent Modular Buildings — VB1 0 to GBP 750 000

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


Main site or place of performance:

This lot is broken down into multiple regional areas throughout England which bidders are appointed to.

II.2.4) Description of the procurement

Lot 1 covers the supply and installation of all types of permanent modular buildings with a project value of between 0 and GBP 750 000 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).

Please refer to the framework guide which will be available from the LHC website for further detail.

II.2.5) Award criteria

Quality criterion: General quality / Weighting: 30 %

Quality criterion: Regional capability / Weighting: 15 %

Quality criterion: Lot specific technical / Weighting: 15 %

Quality criterion: Factory visit / Weighting: 15 %

Price / Weighting:  25 %

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

The contractors listed in section V for this lot have been awarded a position on the framework for one or more of the regional areas within the lot, but may not be appointed in all regional areas. Clients wishing to use the framework will request further information from a representative of the LHC group to identify the specific list of contractors appointed in each regional area within this lot.

Lot No: 2

II.2.1) Title

Workstream 1b — Permanent Modular Buildings — VB2 GBP 500 000 to 3 000 000

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


Main site or place of performance:

This lot is broken down into multiple regional areas throughout England which bidders are appointed to.

II.2.4) Description of the procurement

Lot 2 covers the supply and installation of all types of permanent modular buildings with a project value of between GBP 500 000 and 3 000 000 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).

Please refer to the framework guide which will be available from the LHC website for further detail.

II.2.5) Award criteria

Quality criterion: General quality / Weighting: 30 %

Quality criterion: Regional capability / Weighting: 15 %

Quality criterion: Lot specific technical / Weighting: 15 %

Quality criterion: Factory visit / Weighting: 15 %

Price / Weighting:  25 %

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

The contractors listed in section V for this lot have been awarded a position on the framework for one or more of the regional areas within the lot, but may not be appointed in all regional areas. Clients wishing to use the framework will request further information from a representative of the LHC group to identify the specific list of contractors appointed in each regional area within this lot.

Lot No: 3

II.2.1) Title

Workstream 1c — Permanent Modular Buildings — VB3 Over GBP 3 000 000

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


Main site or place of performance:

This lot is broken down into multiple regional areas throughout England which bidders are appointed to.

II.2.4) Description of the procurement

Lot 3 covers the supply and installation of all types of permanent modular buildings with a project value over 3 million GBP 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).

Please refer to the framework guide which will be available from the LHC website for further detail.

II.2.5) Award criteria

Quality criterion: General quality / Weighting: 30 %

Quality criterion: Regional capability / Weighting: 15 %

Quality criterion: Lot specific technical / Weighting: 15 %

Quality criterion: Factory visit / Weighting: 15 %

Price / Weighting:  25 %

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

The contractors listed in section V for this lot have been awarded a position on the framework for one or more of the regional areas within the lot, but may not be appointed in all regional areas. Clients wishing to use the framework will request further information from a representative of the LHC group to identify the specific list of contractors appointed in each regional area within this lot.

Lot No: 4

II.2.1) Title

Workstream 2a — Permanent Healthcare Buildings — VB1 GBP 0 to 3 000 000

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


Main site or place of performance:

This lot is broken down into multiple regional areas throughout England which bidders are appointed to.

II.2.4) Description of the procurement

Lot 4 covers the supply and installation of permanent modular buildings specifically related to the needs and requirement of healthcare providers with a project value of between GBP 0 and 3 000 000. This shall include (but not be limited to):

— primary healthcare facilities,

— hospital wards and accommodation, and

— specialist operating theatres.

Please refer to the framework guide which will be available from the LHC website for further detail.

II.2.5) Award criteria

Quality criterion: General quality / Weighting: 30 %

Quality criterion: Regional capability / Weighting: 15 %

Quality criterion: Lot specific technical / Weighting: 15 %

Quality criterion: Factory visit / Weighting: 15 %

Price / Weighting:  25 %

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

The contractors listed in section V for this lot have been awarded a position on the framework for one or more of the regional areas within the lot, but may not be appointed in all regional areas. Clients wishing to use the framework will request further information from a representative of the LHC group to identify the specific list of contractors appointed in each regional area within this lot.

Lot No: 5

II.2.1) Title

Workstream 2b — Permanent Healthcare Buildings — VB2 — Over GBP 3 000 000

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


Main site or place of performance:

This lot is broken down into multiple regional areas throughout England which bidders are appointed to.

II.2.4) Description of the procurement

Lot 5 covers the supply and installation of permanent modular buildings specifically related to the needs and requirement of healthcare providers with a project value over GBP 3 000 000. This shall include (but not be limited to):

— primary healthcare facilities,

— hospital wards and accommodation, and

— specialist operating theatres.

Please refer to the framework guide which will be available from the LHC website for further detail.

II.2.5) Award criteria

Quality criterion: General quality / Weighting: 30 %

Quality criterion: Regional capability / Weighting: 15 %

Quality criterion: Lot specific technical / Weighting: 15 %

Quality criterion: Factory visit / Weighting: 15 %

Price / Weighting:  25 %

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

The contractors listed in section V for this lot have been awarded a position on the framework for one or more of the regional areas within the lot, but may not be appointed in all regional areas. Clients wishing to use the framework will request further information from a representative of the LHC group to identify the specific list of contractors appointed in each regional area within this lot.

Lot No: 6

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


Main site or place of performance:

This lot is broken down into multiple regional areas throughout England which bidders are appointed to.

II.2.4) Description of the procurement

This 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.

Please refer to the framework guide which will be available from the LHC website for further detail.

II.2.5) Award criteria

Quality criterion: General quality / Weighting: 30 %

Quality criterion: Regional capability / Weighting: 15 %

Quality criterion: Lot specific technical / Weighting: 15 %

Quality criterion: Factory visit / Weighting: 15 %

Price / Weighting:  25 %

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

The contractors listed in section V for this lot have been awarded a position on the framework for one or more of the regional areas within the lot, but may not be appointed in all regional areas. Clients wishing to use the framework will request further information from a representative of the LHC group to identify the specific list of contractors appointed in each regional area within this lot.

Lot No: 7

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


Main site or place of performance:

This lot is broken down into multiple regional areas throughout England which bidders are appointed to.

II.2.4) Description of the procurement

This workstream 4 relates to the supply and installation of refurbished buildings either manufactured by the Tenderers or procured from 3rd party organisations.

Please refer to the framework guide which will be available from the LHC website for further detail.

II.2.5) Award criteria

Quality criterion: General quality / Weighting: 30 %

Quality criterion: Regional capability / Weighting: 15 %

Quality criterion: Lot specific technical / Weighting: 15 %

Quality criterion: Factory visit / Weighting: 15 %

Price / Weighting:  25 %

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

The contractors listed in section V for this lot have been awarded a position on the framework for one or more of the regional areas within the lot, but may not be appointed in all regional areas. Clients wishing to use the framework will request further information from a representative of the LHC group to identify the specific list of contractors appointed in each regional area within this lot.

Lot No: 8

II.2.1) Title

Permanent Buildings Super Lot

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

Lot 8 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 building,

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

All companies awarded within the 3 value bands within Workstream 1 — Permanent Modular Buildings (lots 1 to 3) have been automatically added to this lot 8. The superlot is designed for use where:

— a client does not receive a suitable number of responses (either at Expression of Interest stage or tender stage) having advertised their opportunity through the appropriate lot, value band and geographical area within workstream 1,

— where there are insufficient Appointed Companies in the relevant lot / value band and geographical area to run the client’s preferred call off procedure.

Please refer to the framework guide which will be available from the LHC website for further detail.

II.2.5) Award criteria

Quality criterion: General quality / Weighting: 30 %

Quality criterion: Regional capability / Weighting: 15 %

Quality criterion: Lot specific technical / Weighting: 15 %

Quality criterion: Factory visit / Weighting: 15 %

Price / Weighting:  25 %

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: 9

II.2.1) Title

Healthcare Buildings Super Lot

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


Main site or place of performance:

Full details will be provided in the Invitation to Tender (ITT) document.

II.2.4) Description of the procurement

Lot 9 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.

Following the evaluation process all Tenderers successfully appointed to the 2 value bands within Workstream 2 – Healthcare Buildings (lots 4 and 5) have been automatically added to lot 9. The super lot is designed for use where:

— a client does not receive a suitable number of responses (either at Expression of Interest stage or tender stage) having advertised their opportunity through the appropriate lot, value band and geographical area within workstream 2,

— where there are insufficient Appointed Companies in the relevant lot/value band and geographical area to run the client’s preferred call off procedure.

Please refer to the framework guide which will be available from the LHC website for further detail.

II.2.5) Award criteria

Quality criterion: General quality / Weighting: 30 %

Quality criterion: Regional capability / Weighting: 15 %

Quality criterion: Lot specific technical / Weighting: 15 %

Quality criterion: Factory visit / Weighting: 15 %

Price / Weighting:  25 %

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: 10

II.2.1) Title

Hire of Temporary Buildings Super Lot

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

Lot 10 relates to the hire of temporary buildings primary focused on educational, offices and temporary healthcare facilities however suppliers will be able to offer other type of buildings to hire through this workstream.

All companies appointed within Workstream 3 — Hire of Temporary Buildings (Lot 6) have been automatically added to lot 10. The super lot is designed for use where:

— a client does not receive a suitable number of responses (either at Expression of Interest stage or tender stage) having advertised their opportunity through the appropriate geographical area within Lot 6,

— where there are insufficient Appointed Companies in the regional area to run the client’s preferred selection procedure

Please refer to the framework guide which will be available from the LHC website for further detail.

II.2.5) Award criteria

Quality criterion: General quality / Weighting: 30 %

Quality criterion: Regional capability / Weighting: 15 %

Quality criterion: Lot specific technical / Weighting: 15 %

Quality criterion: Factory visit / Weighting: 15 %

Price / Weighting:  25 %

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: 11

II.2.1) Title

Refurbished Buildings Super Lot

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

Lot 11 relates to the supply and installation of refurbished units either manufactured by the Tenderers or procured from 3rd party organisations.

All companies appointed within Workstream 4 — Refurbished Buildings (Lot 7) have been automatically added to Lot 11. The super lot is designed for use where:

— a client does not receive a suitable number of responses (either at Expression of Interest stage or tender stage) having advertised their opportunity through the appropriate geographical area within Lot 7,

— where there are insufficient Appointed Companies in the regional area to run the client’s preferred selection procedure

Please refer to the framework guide which will be available from the LHC website for further detail.

II.2.5) Award criteria

Quality criterion: General quality / Weighting: 30 %

Quality criterion: Regional capability / Weighting: 15 %

Quality criterion: Lot specific technical / Weighting: 15 %

Quality criterion: Factory visit / Weighting: 15 %

Price / Weighting:  25 %

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

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:

2020/S 180-435824

Section V: Award of contract

Lot No: 1

Title: Workstream 1a — Permanent Modular Buildings — VB1 GBP 0 to GBP 750 000

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/05/2021

V.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received by electronic means: 12

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

V.2.3) Name and address of the contractor

Avdanzer Ltd

02076602

Windmill Lane

Denton

M34 2JF

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Jan Snel B.V.

30124318

Willeskop 94, Postbus 200

Montfoort

3417 ZL

NL

NUTS: NL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Modulek Ltd

07466165

19 Bessemer Close, Verwood

Verwood

BH31 6AZ

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Ltd

00685303

Yorkon House, New Lane, Huntington

York

YO32 9PT

UK

NUTS: UKE2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rollalong Ltd

03683003

Woolsbridge Industrial Estate, Three Legged Cross

Wimborne

BH21 6SF

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

00414489

Molineux House Russell Gardens

Wickford

SS11 8QG

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Elliott Group Ltd

00147207

Manor Drive

Peterborough

PE4 7AP

UK

NUTS: UKH12

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Ltd

02487565

Catfoss Lane, Brandesburton

Brandesburton

YO25 8EJ

UK

NUTS: UKE1

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: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Workstream 1b — Permanent Modular Buildings — VB2 GBP 500 000 to GBP 3 000 000

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/05/2021

V.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received by electronic means: 14

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

V.2.3) Name and address of the contractor

Avdanzer Ltd

02076602

Windmill Lane

Denton

M34 2JF

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Elliott Group Ltd

00147207

Manor Drive

Peterborough

PE4 7AP

UK

NUTS: UKH12

The contractor is an SME: No

V.2.3) Name and address of the contractor

Module-AR Ltd

06450820

Gibson Lane South, North Ferriby

North Ferriby

HU14 3HF

UK

NUTS: UKE1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Modulek Ltd

07466165

19 Bessemer Close, Ebblake Industrial Estate

Verwood

BH31 6AZ

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Ltd

00685303

Yorkon House, New Lane

Huntington

YO32 9PT

UK

NUTS: UKE2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Ltd

02487565

Catfoss Lane

Brandesburton

YO25 8EJ

UK

NUTS: UKE1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rollalong Ltd

03683003

Woolsbridge Industrial Estate, Three Legged Cross,

Wimborne

BH21 6SF

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

The McAvoy Group Ltd

NI008762

2 Ferguson Road, Knockmore Hill Industrial Estate

Lisburn

BT28 2FW

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

00414489

Molineux House Russell Gardens, Wickford, Essex

Wickford

SS11 8QG

UK

NUTS: UKH3

The contractor is an SME: Yes

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: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Workstream 1c — Permanent Modular Buildings — VB3 GBP 3 000 000 plus

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/05/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from tenderers from EU Member States: 1

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

Elliott Group Ltd

00147207

Manor Drive

Peterborough

PE4 7AP

UK

NUTS: UKH12

The contractor is an SME: No

V.2.3) Name and address of the contractor

Module-AR Ltd

06450820

Gibson Lane South

North Ferriby

HU14 3HF

UK

NUTS: UKE1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Ltd

00685303

Yorkon House, New Lane, Huntington

York

YO32 9PT

UK

NUTS: UKE2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Ltd

02487565

Catfoss Lane

Brandesburton

YO25 8EJ

UK

NUTS: UKE1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rollalong Ltd

03683003

Woolsbridge Industrial Estate, Three Legged Cross

Wimborne

BH21 6SF

UK

NUTS: UKE2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Sibcas Limited

SC052604

Easton Road, Bathgate

West Lothian

EH48 2SF

UK

NUTS: UKM7

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

The McAvoy Group Ltd

NI008762

2 Ferguson Road, Knockmore Hill Industrial Estate

Lisburn

BT28 2FW

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

00414489

Molineux House, Russell Gardens

Wickford

SS11 8QG

UK

NUTS: UKH3

The contractor is an SME: Yes

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: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Workstream 2a — Permanent Healthcare Buildings — VB1 GBP 0 to GBP 3 000 000

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/05/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from tenderers from EU Member States: 2

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

Avdanzer Ltd

02076602

Windmill Lane

Denton

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Elliott Group Ltd

00147207

Manor Drive

Peterborough

PE4 7AP

UK

NUTS: UKH12

The contractor is an SME: No

V.2.3) Name and address of the contractor

Construction + sp. z o.o — Appointed as party to Modular 360 — An unincorporated joint venture

0000844187

Stefana Batorego 16 / 1A

Gdańsk

80-251

PL

NUTS: PL

The contractor is an SME: No

V.2.3) Name and address of the contractor

MTX Contracts Ltd

04522396

Innovation House, Brooke Court, Lower Meadow Road

Handforth

SK9 3ND

UK

NUTS: UKD6

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Ltd

00685303

Yorkon House, New Lane

Huntington

UK

NUTS: UKE2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Ltd

02487565

Catfoss Lane

Brandesburton

YO25 8EJ

UK

NUTS: UKE1

The contractor is an SME: No

V.2.3) Name and address of the contractor

The McAvoy Group Ltd

NI008762

2 Ferguson Road, Knockmore Hill Industrial Estate

Lisburn

BT28 2FW

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Vanguard Healthcare Solutions Ltd

04382564

Unit 1411, Charlton Court, Gloucester Business Park

Gloucester

GL3 4AE

UK

NUTS: UKK1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Kajima Partnerships Ltd — Appointed as party to Modular 360 — An unincorporated joint venture

03841821

10 St. Giles Square

London

WC2H 8AP

UK

NUTS: UKI

The contractor is an SME: Yes

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: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: Workstream 2b — Permanent Healthcare Buildings — VB2 — GBP 3 000 000 plus

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/05/2021

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from tenderers from EU Member States: 2

Number of tenders received by electronic means: 9

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

V.2.3) Name and address of the contractor

Elliott Group Ltd

00147207

Manor Drive

Peterborough

PE4 7AP

UK

NUTS: UKH12

The contractor is an SME: No

V.2.3) Name and address of the contractor

Construction + sp. z o.o — Appointed as party to Modular 360 — An unincorporated joint venture

0000844187

Stefana Batorego 16 / 1A

Gdańsk

80-251

PL

NUTS: PL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Merit Holdings Ltd

04499715

8 Silverton Court, Northumberland Business Park

Cramlington

NE23 7RY

UK

NUTS: UKC2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MTX Contracts Ltd

04522396

Innovation House, Brooke Court, Lower Meadow Road

Handforth

SK9 3ND

UK

NUTS: UKD6

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Ltd

00685303

Yorkon House, New Lane

Huntington

YO32 9PT

UK

NUTS: UKE2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Ltd

02487565

Catfoss Lane

Brandesburton

YO25 8EJ

UK

NUTS: UKE1

The contractor is an SME: No

V.2.3) Name and address of the contractor

The McAvoy Group Ltd

NI008762

2 Ferguson Road, Knockmore Hill Industrial Estate

Lisburn

BT28 2FW

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Vanguard Healthcare Solutions Ltd

04382564

Unit 1411, Charlton Court, Gloucester Business Park

Gloucester

GL3 4AE

UK

NUTS: UKK1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Kajima Partnerships Ltd — Appointed as party to Modular 360 — An unincorporated joint venture

03841821

10 St. Giles Square

London

UK

NUTS: UKI

The contractor is an SME: Yes

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: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: Workstream 3 — Hire of Temporary Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/05/2021

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received by electronic means: 8

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

V.2.3) Name and address of the contractor

Elliott Group Ltd

00147207

Manor Drive

Peterborough

PE4 7AP

UK

NUTS: UKH12

The contractor is an SME: No

V.2.3) Name and address of the contractor

Jan Snel B.V.

30124318

Willeskop 94, Postbus 200

Montfoort

3417 NL

NL

NUTS: NL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Module-AR Ltd

06450820

Gibson Lane South

North Ferriby

HU14 3HF

UK

NUTS: UKE1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Ltd

00685303

Yorkon House, New Lane

Huntington

YO32 9PT

UK

NUTS: UKE2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Ltd

02487565

Catfoss Lane

Brandesburton

YO25 8EJ

UK

NUTS: UKE1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sibcas Ltd

SC052604

Easton Road, Bathgate

West Lothian

UK

NUTS: UKM7

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

The McAvoy Group Ltd

NI008762

2 Ferguson Road, Knockmore Hill Industrial Estate

Lisburn

BT28 2FW

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

00414489

Molineux House Russell Gardens

Wickford

SS11 8QG

UK

NUTS: UKH3

The contractor is an SME: Yes

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: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Title: Workstream 4 — Refurbished Buildings

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/05/2021

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received by electronic means: 6

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

V.2.3) Name and address of the contractor

CMS Accommodating People Ltd

05640680

22 Lowbell Lane, London Colney

St Albans

UK

NUTS: UKH2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Jan Snel B.V.

30124318

Willeskop 94, Postbus 200

Montfoort

3417 ZL

NL

NUTS: NL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Module-AR Ltd

06450820

Gibson Lane South

North Ferriby

HU14 3HF

UK

NUTS: UKE1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Ltd

00685303

Yorkon House, New Lane

Huntington

UK

NUTS: UKE2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sibcas Ltd

SC052604

Easton Road, Bathgate

West Lothian

EH48 2SF

UK

NUTS: UKM7

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

00414489

Molineux House, Russell Gardens

Wickford

SS11 8QG

UK

NUTS: UKH3

The contractor is an SME: Yes

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: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Title: Permanent Buildings Super Lot

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/05/2021

V.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received by electronic means: 14

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

V.2.3) Name and address of the contractor

Avdanzer Ltd

02076602

Windmill Lane

Denton

M34 2JF

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Elliott Group Limited

00147207

Manor Drive

Peterborough

PE4 7AP

UK

NUTS: UKH12

The contractor is an SME: No

V.2.3) Name and address of the contractor

Jan Snel B.V.

30124318

Willeskop 94, Postbus 200

Montfoort

3417 ZL

NL

NUTS: NL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Module-AR Limited

06450820

Gibson Lane South

North Ferriby

HU14 3HF

UK

NUTS: UKE1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Modulek Limited

07466165

19 Bessemer Close, Ebblake Industrial Estate

Verwood

BH31 6AZ

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Limited

00685303

Yorkon House, New Lane

Huntington

YO32 9PT

UK

NUTS: UKE2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Limited

02487565

Catfoss Lane

Brandesburton

YO25 8EJ

UK

NUTS: UKE1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rollalong Limited

03683003

Woolsbridge Industrial Estate, Three Legged Cross

Wimborne

BH21 6SF

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Sibcas Limited

SC052604

Easton Road, Bathgate

West Lothian

EH48 2SF

UK

NUTS: UKM7

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

The McAvoy Group Limited

NI008762

2 Ferguson Road, Knockmore Hill Industrial Estate

Lisburn

BT28 2FW

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wernick Buildings Limited

00414489

Molineux House, Russell Gardens

Wickford

SS11 8QG

UK

NUTS: UKH3

The contractor is an SME: Yes

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: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 9

Title: Healthcare Buildings Super Lot

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/05/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from tenderers from EU Member States: 2

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

AVDANZER Ltd

02076602

Windmill Lane

Denton

M34 2JF

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Kajima Partnerships Ltd — Appointed as party to Modular 360 — An unincorporated joint venture

03841821

10 St. Giles Square

London

WC2H 8AP

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Elliott Group Ltd

00147207

Manor Drive

Peterborough

PE4 7AP

UK

NUTS: UKH12

The contractor is an SME: No

V.2.3) Name and address of the contractor

Construction + sp. z o.o — Appointed as party to Modular 360 — An unincorporated joint venture

0000844187

Stefana Batorego 16 / 1A

Gdańsk

80-251

PL

NUTS: PL

The contractor is an SME: No

V.2.3) Name and address of the contractor

MTX Contracts Ltd

04522396

Brooke Court, Lower Meadow Road

Handforth

SK9 3ND

UK

NUTS: UKD6

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Ltd

00685303

Yorkon House, New Lane

Huntington

YO32 9PT

UK

NUTS: UKE2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Ltd

02487565

Catfoss Lane

Brandesburton

YO25 8EJ

UK

NUTS: UKE1

The contractor is an SME: No

V.2.3) Name and address of the contractor

The McAvoy Group Ltd

NI008762

2 Ferguson Road, Knockmore Hill Industrial Estate

Lisburn

BT28 2FW

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Vanguard Healthcare Solutions Ltd

04382564

Unit 1411, Charlton Court, Gloucester Business Park

Gloucester

GL3 4AE

UK

NUTS: UKK1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Merit Holdings Ltd

04499715

8 Silverton Court

Cramlington

NE23 7RY

UK

NUTS: UKC2

The contractor is an SME: Yes

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: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 10

Title: Temporary Hire Buildings Super Lot

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/05/2021

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received by electronic means: 8

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

V.2.3) Name and address of the contractor

Elliott Group Ltd

00147207

Manor Drive

Peterborough

PE4 7AP

UK

NUTS: UKH12

The contractor is an SME: No

V.2.3) Name and address of the contractor

Jan Snel B.V.

30124318

Willeskop 94, Postbus 200

Montfoort

3417 ZL

NL

NUTS: NL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Module-AR Ltd

06450820

Gibson Lane South

North Ferriby

HU14 3HF

UK

NUTS: UKE1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Ltd

00685303

Yorkon House, New Lane

Huntington

YO32 9PT

UK

NUTS: UKE2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Ltd

02487565

Catfoss Lane

Brandesburton

YO25 8EJ

UK

NUTS: UKE1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sibcas Ltd

SC052604

Easton Road, Bathgate

West Lothian

EH48 2SF

UK

NUTS: UKM7

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

The McAvoy Group Ltd

NI008762

2 Ferguson Road, Knockmore Hill Industrial Estate

Lisburn

BT28 2FW

UK

NUTS: UKN

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

00414489

Molineux House Russell Gardens

Wickford

SS11 8QG

UK

NUTS: UKH3

The contractor is an SME: Yes

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: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 11

Title: Refurbished Buildings Super Lot

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/05/2021

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received by electronic means: 6

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

V.2.3) Name and address of the contractor

CMS Accommodating People Ltd

05640680

22 Lowbell Lane, London Colney

St Albans

AL2 1AZ

UK

NUTS: UKH2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Jan Snel B.V.

30124318

Willeskop 94, Postbus 200

Montfoort

3417 ZL

NL

NUTS: NL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Module-AR Ltd

06450820

Gibson Lane South

North Ferriby

HU14 3HF

UK

NUTS: UKE1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Portakabin Ltd

00685303

Yorkon House, New Lane

Huntington

YO32 9PT

UK

NUTS: UKE2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sibcas Ltd

SC052604

Easton Road, Bathgate

West Lothian

EH48 2SF

UK

NUTS: UKM7

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

00414489

Molineux House Russell Gardens

Wickford

SS11 8QG

UK

NUTS: UKH3

The contractor is an SME: Yes

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: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

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/ 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 each lot listed in section V there are a number of regional areas. For each lot 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 contract 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 Monday 10 May 2021 and will last for a period of 48 months, ending on 9 May 2025.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service, Cabinet Office, Rosebery Court, Central Avenue, St Andrews Business Park

Roseberry Court, Central Avenue, St Andrews Business Park

Norwich

NR7 0HS

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: http://www.lhc.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Service, Cabinet Office, Rosebery Court, Central Avenue, St Andrews Business Park

Roseberry Court, Central Avenue, St Andrews Business Park

Norwich

NR7 0HS

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: http://www.lhc.gov.uk

VI.5) Date of dispatch of this notice

06/05/2021

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@lhc.gov.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.