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