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.

03 Contract Award Notice - Successful Supplier(s)

Modern Methods of Construction (MMC) New Homes Framework

  • First published: 04 May 2023
  • Last modified: 04 May 2023

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-kuma6s-124033
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
04 May 2023
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

This framework covers the geographical area of Wales and has been procured on behalf of the Welsh Procurement Alliance (WPA) This framework is the successor to our popular Offsite Construction of New Homes Framework - NH2 and will be for the construction of Modern Methods of Construction (MMC) New Homes and associated works. The framework consists of 4 (four) workstreams and each workstream has multiple lots. As follows: Workstream 1 - Three Dimensional (3D) Modular Systems - Category 1 Lots 1-7 Workstream 2 - Two Dimensional (2D) Panelised Systems - Category 2 Lots 8-10 Workstream 3 - Main Contractors Delivering MMC Solutions - Lots 11-17 Workstream 4 - Groundworks and Site preparation for MMC Housing Projects - Lot 18 This framework agreement will commence on the 2nd May 2023 and will last for 48 months. CPV: 45000000, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 45211000, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211200, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211200, 45211310, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211100, 45211200, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45223800, 45211000, 45211100, 45211200, 45211300, 45211340, 45211341, 45211350, 45211360, 45211000, 45211100, 45211200, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45100000, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45100000, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45100000, 45211000, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45100000, 45211200, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211100, 45211200, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45453100, 45100000, 45211000, 45211100, 45211200, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

LHC Procurement Group Limited for the Welsh Procurement Alliance (WPA)

Tredomen Innovation & Technology Centre, Tredomen Park, Ystrad Mynach

Ystrad Mynach

CF82 7FQ

UK

Contact person: Procurement Team

Telephone: +44 1895274800

E-mail: procurement@lhcprocure.org.uk

NUTS: UKL

Internet address(es)

Main address: https://www.welshprocurement.cymru/

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

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

Modern Methods of Construction (MMC) New Homes Framework

Reference number: NH3

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This framework covers the geographical area of Wales and has been procured on behalf of the Welsh Procurement Alliance (WPA)

This framework is the successor to our popular Offsite Construction of New Homes Framework - NH2 and will be for the construction of Modern Methods of Construction (MMC) New Homes and associated works.

The framework consists of 4 (four)

workstreams and each workstream has

multiple lots. As follows:

Workstream 1 - Three Dimensional

(3D) Modular Systems - Category 1 Lots 1-7

Workstream 2 - Two Dimensional (2D)

Panelised Systems - Category 2 Lots 8-10

Workstream 3 - Main Contractors

Delivering MMC Solutions - Lots 11-17

Workstream 4 - Groundworks and Site

preparation for MMC Housing Projects - Lot 18

This framework agreement will commence on the 2nd May 2023 and will last for 48 months.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 100 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – 3D Modular Low Rise Housing and Apartments up to 11m - 0 - 9 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 1 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2 – 3D Modular Low Rise Housing and Apartments up to 11m - 10 - 19 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 2 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot 3 – 3D Modular Low Rise Housing and Apartments up to 11m - 20 - 49 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 3 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 4

II.2.1) Title

Lot 4 – 3D Modular Low Rise Housing and Apartments up to 11m - 50+ Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 4 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 5

II.2.1) Title

Lot 5 - 3D Modular High Rise Housing - 11m or Higher

II.2.2) Additional CPV code(s)

45211000

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 5 covers Medium to High Rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot covers projects for Medium to High rise developments with floor heights above 11m covering flats/apartments and mixed use projects.

This workstream also allows for the installation of volumetric units.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 6

II.2.1) Title

Lot 6 - 3D Modular Independent & Assisted Housing and Care Homes

II.2.2) Additional CPV code(s)

45211200

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 6 covers the provision of specialist housing including Care Homes, Extra Care Housing, Sheltered Housing and Assisted Living Housing. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed.

This workstream also allows for the installation of volumetric units.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 7

II.2.1) Title

Lot 7 - 3D Modular Adaptive Pods

II.2.2) Additional CPV code(s)

45211200

45211310

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 7 covers the requirement for units to provide additional accommodation (Assisted bathrooms/Bedrooms etc for disabled users) as a single storey extension for existing housing units. The internal design and layout will be bespoke to meet the specific end user requirements.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 8

II.2.1) Title

Lot 8 - 2D Panelised Systems – Supply Only

II.2.2) Additional CPV code(s)

45211000

45211100

45211200

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 8 will cover the supply only of panelised systems including systems such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives.

Appointed companies will be able to provide:

- Basic frames (2a)

- Enhanced insulations and lining materials (2b)

- Further enhanced including windows and cladding (2c)

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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

Lot 9 - 2D Panelised Systems – Installers

II.2.2) Additional CPV code(s)

45223800

45211000

45211100

45211200

45211300

45211340

45211341

45211350

45211360

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 9 is for installation panelised systems, such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives by specialist installers.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 65%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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

Lot 10 - 2D Panelised Systems – Supply and Installation

II.2.2) Additional CPV code(s)

45211000

45211100

45211200

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 10 will cover the supply and installation of panelised systems including systems such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives.

Appointed companies will be able to provide:

- Basic frames (2a)

- Enhanced insulations and lining materials (2b)

- Further enhanced including windows and cladding (2c)

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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

Lot 11 - Main Contractors Low Rise Housing and Apartments up to 11m – 0 - 9 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 11 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social / Weighting: 15%

Price / Weighting:  20%

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: 12

II.2.1) Title

Lot 12 - Main Contractors Low Rise Housing and Apartments up to 11m – 10 - 19 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

45100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 12 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 13

II.2.1) Title

Lot 13 - Main Contractors Low Rise Housing and Apartments up to 11m – 20 - 49 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

45100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 13 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 14

II.2.1) Title

Lot 14 - Main Contractors Low Rise Housing and Apartments up to 11m - 50+ Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

45100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 14 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 15

II.2.1) Title

Lot 15 - Main Contractors High Rise Housing - 11m or Higher

II.2.2) Additional CPV code(s)

45211000

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

45100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 15 covers projects for Medium to High rise developments with floor heights above 11m covering flats/apartments and mixed use projects. This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

This encompasses (but is not limited to) flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 16

II.2.1) Title

Lot 16 - Main Contractors Care Homes and Specialised Housing

II.2.2) Additional CPV code(s)

45211200

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 16 covers the provision of specialist housing including Care Homes, Extra Care Housing, Sheltered Housing and Assisted Living Housing. This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 17

II.2.1) Title

Lot 17 - Main Contractors ‘Room on the Roof’

II.2.2) Additional CPV code(s)

45211000

45211100

45211200

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

45453100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 17 covers the provision of additional residential accommodation on top of an existing building, (this will include the accommodation and all associated works). In addition to the room on the roof accommodation, refurbishment and energy efficiency measures may need to be provided to the existing building as part of the project.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 18

II.2.1) Title

Lot 18 - Groundworks and Associated Works

II.2.2) Additional CPV code(s)

45100000

45211000

45211100

45211200

45211300

45211340

45211341

45211350

45211360

44211100

44211000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 18 is for the provision of Groundworks and associated services encompassing:

- Ground Works

- Civil Engineering and Drainage

- Roadworks and S278 Works

- Site Setup and enabling works

- Hard landscaping

- Geotechnical and exploratory ground investigation and surveys

- Remediation

- Drainage

- Foundations

- Retaining Wall

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 65%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 19

II.2.1) Title

Lot 19 – Workstream 1 3D Modular Low Rise Housing Super Lot

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Following the evaluation process all companies appointed to one or more of the low rise housing lots 1-4 will be automatically added to the respective superlot.

The super lot can be used for call off opportunities where one of the following criteria applies:

- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.

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

No ranking will be applied within the super lot, and call off will be through mini competition only

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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: 20

II.2.1) Title

Lot 20 - Main Contractors Low Rise Housing Super Lot

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Following the evaluation process all companies appointed to one or more of the main contractors low rise housing lots 11-14 will be automatically added to the respective superlot.

The super lot can be used for call off opportunities where one of the following criteria applies:

- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.

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

No ranking will be applied within the super lot, and call off will be through mini competition only

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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:

2022/S 000-023117

Section V: Award of contract

Lot No: 1

Title: Lot 1 – 3D Modular Low Rise Housing and Apartments up to 11m - 0 - 9 Units

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

BWF Construction Services Limited

07160726

Truro

TR4 8RJ

UK

NUTS: UKK30

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

09302453

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

UK

NUTS: UKH1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

J.G Hale Construction Limited

03848091

Milland Road Industrial Estate,

Neath

SA11 1NJ

UK

NUTS: UKL17

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Reds10 (UK) Limited

05934862

London

SE1 0HS

UK

NUTS: UKI44

The contractor is an SME: No

V.2.3) Name and address of the contractor

Stelling Properties Limited

07080165

Winchester

SO21 3FX

UK

NUTS: UKJ3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Zed Pods Limited

10063743

6-8 Bonhill Street

London

EC2A4BX

UK

NUTS: UKI43

The contractor is an SME: Yes

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Lot 2 – 3D Modular Low Rise Housing and Apartments up to 11m - 10 - 19 Units

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

09302453

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

UK

NUTS: UKH1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

J.G Hale Construction Limited

03848091

Milland Road Industrial Estate,

Neath

SA11 1NJ

UK

NUTS: UKL17

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Reds10 (UK) Limited

05934862

London

SE1 0HS

UK

NUTS: UKI44

The contractor is an SME: No

V.2.3) Name and address of the contractor

Zed Pods Limited

10063743

6-8 Bonhill Street

London

EC2A4BX

UK

NUTS: UKI43

The contractor is an SME: Yes

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Lot 3 – 3D Modular Low Rise Housing and Apartments up to 11m - 20 - 49 Units

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

J.G Hale Construction Limited

03848091

Milland Road Industrial Estate,

Neath

SA11 1NJ

UK

NUTS: UKL17

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Reds10 (UK) Limited

05934862

London

SE1 0HS

UK

NUTS: UKI44

The contractor is an SME: No

V.2.3) Name and address of the contractor

TopHat Communities Limited

10302373

Derby

DE65 5BT

UK

NUTS: UKF13

The contractor is an SME: Yes

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Lot 4 – 3D Modular Low Rise Housing and Apartments up to 11m - 50+ Units

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

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

V.2.3) Name and address of the contractor

J.G Hale Construction Limited

03848091

Milland Road Industrial Estate,

Neath

SA11 1NJ

UK

NUTS: UKL17

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Reds10 (UK) Limited

05934862

London

SE1 0HS

UK

NUTS: UKI44

The contractor is an SME: No

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: Lot 5 - 3D Modular High Rise Housing - 11m or Higher

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Lot No: 6

Title: Lot 6 - 3D Modular Independent & Assisted Housing and Care Homes

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Lot No: 7

Title: Lot 7 - 3D Modular Adaptive Pods

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Lot No: 8

Title: Lot 8 - 2D Panelised Systems – Supply Only

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

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

V.2.3) Name and address of the contractor

J.G Hale Construction Limited

03848091

Milland Road Industrial Estate,

Neath

SA11 1NJ

UK

NUTS: UKL17

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Celtic Horizons Limited t/a Celtic Offsite

07838396

Caerphilly

CF83 3HU

UK

NUTS: UKL1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

LoCal Homes

27052R

Walsall

WS09 0GG

UK

NUTS: UKG

The contractor is an SME: No

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 9

Title: Lot 9 - 2D Panelised Systems – Installers

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Lot No: 10

Title: Lot 10 - 2D Panelised Systems – Supply and Installation

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

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

Donaldson Timber Systems

10375531

Falcon House, Curbridge Business Park, Downs Road

Witney

OX297WJ

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.3) Name and address of the contractor

J.G Hale Construction Limited

03848091

Milland Road Industrial Estate,

Neath

SA11 1NJ

UK

NUTS: UKL17

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

LoCal Homes

27052R

Walsall

WS09 0GG

UK

NUTS: UKG

The contractor is an SME: No

V.2.3) Name and address of the contractor

Celtic Horizons Limited t/a Celtic Offsite

07838396

Caerphilly

CF83 3HU

UK

NUTS: UKL1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Sigmat Limited

04516604

Skipton

BD23 2UE

UK

NUTS: UKE22

The contractor is an SME: No

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 11

Title: Lot 11 - Main Contractors Low Rise Housing and Apartments up to 11m – 0 - 9 Units

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

11/04/2023

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

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

V.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

09302453

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

UK

NUTS: UKH1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Stelling Properties Limited

07080165

Winchester

SO21 3FX

UK

NUTS: UKJ3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Zed Pods Limited

10063743

6-8 Bonhill Street

London

EC2A4BX

UK

NUTS: UKI43

The contractor is an SME: Yes

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 12

Title: Lot 12 - Main Contractors Low Rise Housing and Apartments up to 11m – 10 - 19 Units

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

09302453

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

UK

NUTS: UKH1

The contractor is an SME: Yes

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 13

Title: Lot 13 - Main Contractors Low Rise Housing and Apartments up to 11m – 20 - 49 Units

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

J.G Hale Construction Limited

03848091

Milland Road Industrial Estate,

Neath

SA11 1NJ

UK

NUTS: UKL17

The contractor is an SME: Yes

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 14

Title: Lot 14 - Main Contractors Low Rise Housing and Apartments up to 11m - 50+ Units

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Vistry Partnerships Ltd

00800384

West Malling, Kent

ME194UY

UK

NUTS: UKJ46

The contractor is an SME: No

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 15

Title: Lot 15 - Main Contractors High Rise Housing - 11m or Higher

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Vistry Partnerships Ltd

00800384

West Malling, Kent

ME194UY

UK

NUTS: UKJ46

The contractor is an SME: No

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 16

Title: Lot 16 - Main Contractors Care Homes and Specialised Housing

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

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

V.2.3) Name and address of the contractor

J.G Hale Construction Limited

03848091

Milland Road Industrial Estate,

Neath

SA11 1NJ

UK

NUTS: UKL17

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Vistry Partnerships Ltd

00800384

West Malling, Kent

ME194UY

UK

NUTS: UKJ46

The contractor is an SME: No

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 17

Title: Lot 17 - Main Contractors ‘Room on the Roof’

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

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

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Zed Pods Limited

10063743

6-8 Bonhill Street

London

EC2A4BX

UK

NUTS: UKI43

The contractor is an SME: Yes

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 18

Title: Lot 18 - Groundworks and Associated Works

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

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

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Knights Construction Ltd

07032967

Hafod Y Bwch Farm, Middle Sontley

Wrexham

LL13 0YP

UK

NUTS: UKL23

The contractor is an SME: Yes

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 19

Title: Lot 19 – Workstream 1 3D Modular Low Rise Housing Super Lot

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

BWF Construction Services Limited

07160726

Truro

TR4 8RJ

UK

NUTS: UKK30

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

09302453

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

UK

NUTS: UKH1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

J.G Hale Construction Limited

03848091

Milland Road Industrial Estate,

Neath

SA11 1NJ

UK

NUTS: UKL17

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Reds10 (UK) Limited

05934862

London

SE1 0HS

UK

NUTS: UKI44

The contractor is an SME: No

V.2.3) Name and address of the contractor

TopHat Communities Limited

10302373

Derby

DE65 5BT

UK

NUTS: UKF13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Stelling Properties Limited

07080165

Winchester

SO21 3FX

UK

NUTS: UKJ3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Zed Pods Limited

10063743

6-8 Bonhill Street

London

EC2A4BX

UK

NUTS: UKI43

The contractor is an SME: Yes

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 20

Title: Lot 20 - Main Contractors Low Rise Housing Super Lot

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

21/04/2023

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

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

V.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

09302453

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

UK

NUTS: UKH1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

J.G Hale Construction Limited

03848091

Milland Road Industrial Estate,

Neath

SA11 1NJ

UK

NUTS: UKL17

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Stelling Properties Limited

07080165

Winchester

SO21 3FX

UK

NUTS: UKJ3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Vistry Partnerships Ltd

00800384

West Malling, Kent

ME194UY

UK

NUTS: UKJ46

The contractor is an SME: No

V.2.3) Name and address of the contractor

Zed Pods Limited

10063743

6-8 Bonhill Street

London

EC2A4BX

UK

NUTS: UKI43

The contractor is an SME: Yes

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

Total value of the contract/lot: : 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

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 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 Wales, England and Scotland as defined by the Public Contracts Regulations 2015 and as listed on 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.

WPA partners 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.

(WA Ref:131128)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

04/05/2023

Coding

Commodity categories

ID Title Parent category
45223800 Assembly and erection of prefabricated structures Structures construction work
45211310 Bathrooms construction work Construction work for multi-dwelling buildings and individual houses
45000000 Construction work Construction and Real Estate
45211100 Construction work for houses Construction work for multi-dwelling buildings and individual houses
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45211341 Flats construction work Construction work for multi-dwelling buildings and individual houses
45211300 Houses construction work Construction work for multi-dwelling buildings and individual houses
44211100 Modular and portable buildings Prefabricated buildings
45211340 Multi-dwelling buildings construction work Construction work for multi-dwelling buildings and individual houses
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
44211000 Prefabricated buildings Structures and parts of structures
45223822 Prefabricated components Structures construction work
45223810 Prefabricated constructions Structures construction work
45223821 Prefabricated units Structures construction work
45223820 Prefabricated units and components Structures construction work
45453100 Refurbishment work Overhaul and refurbishment work
45211200 Sheltered housing construction work Construction work for multi-dwelling buildings and individual houses
45100000 Site preparation work Construction work
45211360 Urban development construction work Construction work for multi-dwelling buildings and individual houses

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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.

Document family

Notice details
Publication date:
19 August 2022
Deadline date:
14 October 2022 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
04 May 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

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.