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

Framework Agreement for Modular & Prefabricated Building Solutions and Associated Services

  • First published: 05 November 2025
  • Last modified: 05 November 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04ca23
Published by:
NHS Commercial Solutions
Authority ID:
AA54365
Publication date:
05 November 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This contract is for the establishment of a Modular Building Framework to supply, design, construct, and maintain modular buildings for all public sector facilities including; educational establishments, or healthcare environments. The framework will cover the provision of high-quality, sustainable, and flexible modular building solutions, which may include:

LOT DETAILS

A key objective for this Framework Agreement is to cover the most comprehensive range possible of Modular & Prefabricated Building Solutions. To achieve this, the Framework Agreement Service Requirements have been broken down into the following lots.

a. Lot 1: Consultancy Services;

b. Lot 2: Modular & Prefabricated Building Services; and

c. Lot 3: Managed Services

LOT 1: CONSULTANCY SERVICES

The range of consultancy services will include the following, but not restricted to:

i. Surveys,

ii. Quantity Surveyor,

iii. Planning and Valuation,

iv. Drawing, Design and Architectural Services,

v. Health & Safety,

vi. Multi-disciplinary Engineering,

vii. Programme and Project Management,

viii. Cost Scheduler,

ix. Contract Management,

x. Quality Controller.

Lot 2: Modular & Prefabricated Building Services

The Services shall include but shall not be limited to the design, supply, delivery, construction/installation and maintenance of both temporary and permanent Modular & Prefabricated Buildings, whether capital purchased, Leased or Hired. The Supplier will also offer any enablement works required for preparing sites, consultancy services including but not limited to obtaining permissions, provisioning utilities and Digital infrastructure, supplying furniture and consumables.

LOT 3: Managed Services

Suppliers will offer a combination of the services offered under Lot 1 and/or Lot 2 and other services that may be associated with them. The other associated services may include the following:

Services shall include preliminary Modular and Prefabricated Building Solutions (as in on Lot 2) and additionally

i. Managed Equipment Service: This may include but not be limited to, Theatres, Diagnostic Equipment, Multi-Functional Devices, Radiology Scanners, Security Scanners, Kiosk/Digital Displays, Computers and IT peripheral, furniture and utility Equipment. And/or

ii. Staffing Solution: Recruitment, deploy and management of medical/non-medical professional services. And/or

iii. Sterile Services: This may include but not be limited to, providing medical equipment sterilisation services, Computers and IT peripheral, furniture and utility Equipment.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NHS Commercial Solutions

OC415501

The Atrium. Curtis Road.

Dorking

RH4 1XA

UK

Telephone: +44 1306646822

E-mail: nhscs.estates@nhs.net

NUTS: UK

Internet address(es)

Main address: https://www.commercialsolutions-sec.nhs.uk/

Address of the buyer profile: https://www.commercialsolutions-sec.nhs.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement for Modular & Prefabricated Building Solutions and Associated Services

Reference number: 5514-5512

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This contract is for the establishment of a Modular Building Framework to supply, design, construct, and maintain modular buildings for all public sector facilities including; educational establishments, or healthcare environments. The framework will cover the provision of high-quality, sustainable, and flexible modular building solutions, which may include:

LOT DETAILS

A key objective for this Framework Agreement is to cover the most comprehensive range possible of Modular & Prefabricated Building Solutions. To achieve this, the Framework Agreement Service Requirements have been broken down into the following lots.

a. Lot 1: Consultancy Services;

b. Lot 2: Modular & Prefabricated Building Services; and

c. Lot 3: Managed Services

LOT 1: CONSULTANCY SERVICES

The range of consultancy services will include the following, but not restricted to:

i. Surveys,

ii. Quantity Surveyor,

iii. Planning and Valuation,

iv. Drawing, Design and Architectural Services,

v. Health & Safety,

vi. Multi-disciplinary Engineering,

vii. Programme and Project Management,

viii. Cost Scheduler,

ix. Contract Management,

x. Quality Controller.

Lot 2: Modular & Prefabricated Building Services

The Services shall include but shall not be limited to the design, supply, delivery, construction/installation and maintenance of both temporary and permanent Modular & Prefabricated Buildings, whether capital purchased, Leased or Hired. The Supplier will also offer any enablement works required for preparing sites, consultancy services including but not limited to obtaining permissions, provisioning utilities and Digital infrastructure, supplying furniture and consumables.

LOT 3: Managed Services

Suppliers will offer a combination of the services offered under Lot 1 and/or Lot 2 and other services that may be associated with them. The other associated services may include the following:

Services shall include preliminary Modular and Prefabricated Building Solutions (as in on Lot 2) and additionally

i. Managed Equipment Service: This may include but not be limited to, Theatres, Diagnostic Equipment, Multi-Functional Devices, Radiology Scanners, Security Scanners, Kiosk/Digital Displays, Computers and IT peripheral, furniture and utility Equipment. And/or

ii. Staffing Solution: Recruitment, deploy and management of medical/non-medical professional services. And/or

iii. Sterile Services: This may include but not be limited to, providing medical equipment sterilisation services, Computers and IT peripheral, furniture and utility Equipment.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 1 000 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Consultancy Services

II.2.2) Additional CPV code(s)

44211000

71312000

71313000

71314300

71315210

71530000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Suppliers will offer a range of Professional and Consultancy Services, including but limited

to, to scope, conduct surveys, recommend solutions, aid in developing business cases, plan, enable, manage projects and contracts, monitor compliance. The range of consultancy

services will include the following, but not restricted to:

• Consultancy Services associated with Modular Building services,

• Construction (Design and Management)

• Architect,

• Civil Engineer,

• Structural Engineer,

• Mechanical Engineer,

• Electrical Engineer,

• Building Services,

• Acoustic Engineer,

• Principal Designer,

• Town Planning Consultant,

• BREEAM Assessment,

• Surveys,

• Topographical Survey,

• Ground Penetrating Radar,

• Utilities Desktop,

• Detailed UXO risk assessment report,

• Phase 1 Geo-environmental desk study,

• Phase 2 Intrusive investigations,

• CCTV Drainage,

• Percolation Test,

• WAC Testing,

• Plate Testing,

• Flood Risk Assessment,

• Arboriculture,

• Suds Assessment,

• Ecology,

• Air Permeability,

• Indoor Air Quality,

• Security Needs Assessment,

• Desk-Based Site Audit, PTAI & Development of BREEAM Travel Plan,

• Student Survey Development & Analysis,

• Mat01 - LCA Works,

• Wst05 - Climate Change Risk Assessment,

• Le02-Le05 – Ecology,

• Polo3 - Floor Risk Assessment & Drainage Strategy,

• Quantity Surveyor,

• Planning and Valuation,

• Drawing, Design and Architectural Services,

• Health & Safety,

• Multi-disciplinary Engineering,

• Programme and Project Management,

• Cost Scheduler,

• Contract Management,

• Quality Controller,

• Energy and Sustainability Training,

• Energy Audits,

• Cost comparisons,

• Savings assessments,

• Strategic documents,

• MEP Services,

• Hydrology,

• Fire Safety,

• Transport,

• Noise, Air Quality, Lighting & Odour,

• Geotechnical,

• Fire Engineering,

• Landscaping Design,

• Building Services Management,

• Environmental Management,

• Estimating,

• Pre-Construction Management,

• Master Planning,

• Estates Strategy,

• Health Planning,

• Business Case Authoring,

• BREEAM Consultancy,

• NZC Consultancy,

• Town Planning,

• LIDAR Scanning,

• BIM Consultancy,

• CDM Principal Designer,

• CDM Principal Contractor.

II.2.5) Award criteria

Price

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

Price is not the only award criterion and all criteria are stated only in the procurement

documents

Lot No: 2

II.2.1) Title

Modular and Prefabricated Building Solutions

II.2.2) Additional CPV code(s)

44100000

44200000

44211000

44211100

44300000

44400000

44500000

44600000

44800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Services shall include but shall not be limited to the design, supply, delivery,

construction/installation and maintenance of both temporary and permanent Modular &

Prefabricated Buildings, whether capital purchased, Leased or Hired. The Supplier will also offer any enablement works required for preparing sites, consultancy services including but not limited to obtaining permissions, provisioning utilities and Digital infrastructure, supplying furniture and consumables.

The Suppliers appointed under this Framework Agreement comply with a wide range of standards and regulations, for example –

• Modern Method of Construction (MMC);

• Passivhaus;

• Ligature-proof/Anti-ligature Furniture and Fixture;

• Building Information Modelling (BIM);

• Health Building Note (HBN);

• Health Technical Memoranda (HTM);

• Building Regulations and the Education (School Premises) Regulations 1999;

• ‘School-specific Brief’ in the Output Specification 2017: ESFA Employer’s Requirements part C.

II.2.5) Award criteria

Price

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

Price is not the only award criterion and all criteria are stated only in the procurement

documents

Lot No: 3

II.2.1) Title

Managed Services

II.2.2) Additional CPV code(s)

44211000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Suppliers will offer a combination of the services offered under Lot 1 and/or Lot 2 and other

services that may be associated with them. The other associated services may include the

following:

Services shall include, but shall not be limited to –

i. Managed Equipment Service: This may include but not be limited to, Theatres, Diagnostic Equipment, Multi-Functional Devices, Radiology Scanners, Security Scanners, Kiosk/Digital Displays, Computers and IT peripheral, furniture and utility Equipment.

ii. Staffing Solution: Recruitment, deploy and management of medical/non-medical

professional services.

iii. Sterile Services: This may include but not be limited to, providing medical equipment

sterilisation services, Computers and IT peripheral, furniture and utility Equipment.

II.2.5) Award criteria

Price

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

Price is not the only award criterion and all criteria are stated only in the procurement

documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-041195

Section V: Award of contract

Lot No: 1

Contract No: 5514-5512

Title: Consultancy Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

03/11/2025

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

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

Number of tenders received from tenderers from non-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

Low Carbon Europe Limited

08451494

Brighton

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MA Cost Consulting Limited

06901841

Knowlhill, Milton Keynes

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MTX Contracts Ltd

4522396

Handforth

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

P+HS Architects

5020036

Stokesley

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Premier Modular Ltd

2487565

Brandesburton

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Tetra Tech Ltd

01959704

Leeds

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Akerlof Ltd

12298681

Northampton

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Avison Young (UK) Limited

06382509

Birmingham

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

exi

10767800

Coventry

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Health Spaces Ltd

13305967

Peterborough

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Imaging Matters Limited

10178561

Leamington Spa

UK

NUTS: UK

The contractor is an SME: Yes

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

Total value of the contract/lot: : 150 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 5514-5512

Title: Modular & Prefabricated Building Solutions

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

03/11/2025

V.2.2) Information about tenders

Number of tenders received: 32

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 14

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

Number of tenders received by electronic means: 32

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

V.2.3) Name and address of the contractor

Mac Zero Modular Buildings Ltd

NI671775

Dungannon

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Mental Health Acute Pods

15885987

Crawley

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Merit Holdings Limited

04499715

Cramlington

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

ModuleCo

08580445

Cheltenham

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ModuleCo Healthcare Limited

06627288

Ellesmere Port

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Modulek

07466165

Verwood

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MTX Contracts LTD

4522396

Handforth

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

P MCVEY BUILDING SYSTEMS

NI634141

Toomebridge

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Premier Modular Ltd

2487565

Brandesburton

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Reds10 (UK) Limited

05934862

London

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

R G Stones (Buildings) Ltd

2896719

Oswestry

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

McAvoy Modular Offsite Limited

NI08762

Lisburn

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

THE PORTABLE LIVING GROUP LIMITED

11091659

London

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

VAMED Engineering GmbH

FN162841y

Vienna, Austria

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Vanguard Healthcare Solutions Ltd

4382564

Brockworth

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Vision Built Structures Ltd

539588

Dublin

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Wernick Buildings Ltd

414489

Wickford

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Western Building Systems Ltd

NI 025833

Coalisland

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Actiform Ltd

02941208

Mirfield

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Darwin Group

5395228

Telford

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Flexibilistay

85949299

Harderwijk

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Health Spaces Ltd

13305967

Peterborough

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Imaging Matters Limited

10178561

Leamington Spa

UK

NUTS: UK

The contractor is an SME: Yes

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

Total value of the contract/lot: : 600 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 5514-5512

Title: Managed Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

03/11/2025

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 2

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

Number of tenders received from tenderers from non-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

ModuleCo Healthcare Limited

06627288

Ellesmere Port

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MTX Contracts Ltd

4522396

Handforth

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Premier Modular Limited

2487565

Brandesburton

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Vanguard Healthcare Solutions

4382564

Brockworth

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Darwin Group

5395228

Telford

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ergea UK and Ireland Limited

04328629

Theale, Reading

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

GENMED ME LTD

06045647

Cwmbran

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Imaging Matters Limited

10178561

Leamington Spa

UK

NUTS: UK

The contractor is an SME: Yes

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

Total value of the contract/lot: : 300 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Subject to approval from the contracting authority, the public sector bodies eligible to use the Framework Agreement include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs:

The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.england.nhs.uk/publication/nhs-provider-directory/

Integrated Care Systems (ICSs): https://www.england.nhs.uk/commissioning/who-commissions-nhs-services/ccg-ics/

Special Health Authorities:

Department of Health: https://www.gov.uk/government/organisations/

Department-of-health Arm’s Length Bodies: https://assets.publishing.service.gov.uk/media/60eddaaad3bf7f5688e5d966/Public_Bodies_2020.pdf

NHS England: https://www.england.nhs.uk/

Other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:

(a) who are a party to any of the following contracts:

— General Medical Services (GMS),

— Personal Medical Services (PMS),

— Alternative Provider Medical Services (APMS); and/or

(b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.

The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services.

GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at:

NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure

NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/

Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/

Social Enterprise UK: https://www.socialenterprise.org.uk

Organisations covered by Department of Education: https://www.gov.uk/government/organisations/department-for-education

Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils), Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council

Non-profit organisations that receive UK Government funding but are not government agencies which are regulated by the UK Government and duty bound to comply with Procurement Act 2023, for example, Housing Associations.

Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland

Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health and Social Care

The States of Jersey Government and administration including all Government Departments including but not limited to: Health and Social Services

The States of Guernsey (Parliament and government) including but not limited to the Committee for Health and Social Care

UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces. https://www.police.uk/forces/

UK Maritime and Coastguard Agency

Registered charities in England and Wales, Scotland and Northern Irelands

England, Northern Ireland, Scottish and Welsh Fire and Rescue Authorities

VI.4) Procedures for review

VI.4.1) Review body

Surrey and Boarders Partnership NHS Trust, on behalf of NHS Commercial Solutions

Leatherhead

Leatherhead

UK

VI.5) Date of dispatch of this notice

04/11/2025

Coding

Commodity categories

ID Title Parent category
71315210 Building services consultancy services Building services
44300000 Cable, wire and related products Construction structures and materials; auxiliary products to construction (except electric apparatus
71530000 Construction consultancy services Construction-related services
44100000 Construction materials and associated items Construction structures and materials; auxiliary products to construction (except electric apparatus
45000000 Construction work Construction and Real Estate
71314300 Energy-efficiency consultancy services Energy and related services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
44400000 Miscellaneous fabricated products and related items Construction structures and materials; auxiliary products to construction (except electric apparatus
44211100 Modular and portable buildings Prefabricated buildings
44800000 Paints, varnishes and mastics Construction structures and materials; auxiliary products to construction (except electric apparatus
44211000 Prefabricated buildings Structures and parts of structures
71312000 Structural engineering consultancy services Consultative engineering and construction services
44200000 Structural products Construction structures and materials; auxiliary products to construction (except electric apparatus
44600000 Tanks, reservoirs and containers; central-heating radiators and boilers Construction structures and materials; auxiliary products to construction (except electric apparatus
44500000 Tools, locks, keys, hinges, fasteners, chain and springs Construction structures and materials; auxiliary products to construction (except electric apparatus

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:
nhscs.estates@nhs.net
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.