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)

Public Buildings Construction and Infrastructure

  • First published: 04 October 2021
  • Last modified: 04 October 2021

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

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

Contents

Summary

OCID:
ocds-kuma6s-104661
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
04 October 2021
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This framework is the successor to our popular Schools and Community Buildings Framework and will be for the construction of new buildings, extensions, and refurbishment of public and social infrastructure buildings. Typical building types are as follows (but not limited to) - Educational buildings - Healthcare buildings - Emergency service buildings such as fire stations, ambulance stations and police stations - Community buildings such as community centres and sports facilities - Offices and other buildings for social infrastructure. - Residential properties (when part of a mixed-use development ) - Conversion of commercial buildings for residential use - Delivery of student accommodation to education clients Certain lots include the provision of infrastructure works either when associated to the main project scope or as standalone infrastructure works CPV: 45000000, 45211360, 45214230, 45300000, 45210000, 45212322, 45400000, 45215141, 45212200, 45211350, 45216120, 45214400, 45216000, 45215140, 45212225, 45214300, 45214200, 45216122, 45212170, 45216111, 45216121, 45212100, 45221100, 45214210, 45220000, 45200000, 45212210, 45215120, 45211360, 45214230, 45213100, 45300000, 45210000, 45212322, 45400000, 45215141, 45212200, 45216120, 45214400, 45216000, 45215140, 45212225, 45214300, 45214200, 45216122, 45212170, 45216111, 45216121, 45212100, 45221100, 45214220, 45214210, 45220000, 45200000, 45212210, 45215120, 45211360, 45214230, 45213100, 45300000, 45210000, 45212322, 45400000, 45215141, 45211350, 45212200, 45216120, 45214400, 45216000, 45215140, 45212225, 45214300, 45214200, 45216122, 45212170, 45216111, 45216121, 45212100, 45221100, 45214220, 45214210, 45220000, 45200000, 45212210, 45215120, 45211360, 45214230, 45213100, 45300000, 45210000, 45212322, 45400000, 45215141, 45212200, 45211350, 45216120, 45214400, 45216000, 45215140, 45212225, 45214300, 45214200, 45216122, 45212170, 45216111, 45216121, 45212100, 45221100, 45214220, 45214210, 45220000, 45200000, 45212210, 45215120, 45300000, 45210000, 45212322, 45400000, 45215141, 45212200, 45211350, 45216120, 45214400, 45216000, 45215140, 45212225, 45214300, 45214200, 45216122, 45212170, 45216111, 45216121, 45212100, 45221100, 45214220, 45214210, 45220000, 45200000, 45212210, 45215120, 45211360, 45214230, 45213100, 45300000, 45210000, 45212322, 45400000, 45215141, 45212200, 45211350, 45216120, 45214400, 45216000, 45215140, 45212225, 45214300, 45214200, 45216122, 45212170, 45216111, 45216121, 45212100, 45221100, 45214220, 45214210, 45220000, 45200000, 45212210, 45215120.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

Tredomen Innovation & Technology Centre, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7FQ

UK

Telephone: +44 1895274800

E-mail: procurement@lhc.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.lhc.gov.uk

Address of the buyer profile: 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

Public Buildings Construction and Infrastructure

Reference number: PB3

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This framework is the successor to our popular Schools and Community Buildings Framework and will be for the construction of new buildings, extensions, and refurbishment of public and social infrastructure buildings.

Typical building types are as follows (but not limited to)

- Educational buildings

- Healthcare buildings

- Emergency service buildings such as fire stations, ambulance stations and police stations

- Community buildings such as community centres and sports facilities

- Offices and other buildings for social infrastructure.

- Residential properties (when part of a mixed-use development )

- Conversion of commercial buildings for residential use

- Delivery of student accommodation to education clients

Certain lots include the provision of infrastructure works either when associated to the main project scope or as standalone infrastructure works

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

New Build Only - Project Value Band 1 (0 to 2 million GBP)

II.2.2) Additional CPV code(s)

45211360

45214230

45300000

45210000

45212322

45400000

45215141

45212200

45211350

45216120

45214400

45216000

45215140

45212225

45214300

45214200

45216122

45212170

45216111

45216121

45212100

45221100

45214210

45220000

45200000

45212210

45215120

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

The regional areas for this lot are further broken down into smaller regional areas

II.2.4) Description of the procurement

Lot 1 covers the provision of extensions and new build works construction projects with a value of between 0 and 2 million GBP.

Whilst this lot is primarily for the construction of new buildings or extensions it may also include refurbishment of existing buildings where

required as part of the new build project to interface with an existing building.

Typical building types are as follows (but not limited to)

- Educational buildings

- Healthcare buildings

- Emergency services buildings such as fire stations, ambulance stations and police stations

- Community buildings such as community centres and sports facilities

- Offices and other buildings for social infrastructure.

- Residential properties (when part of a mixed-use development)

- Delivery of Student accommodation to education clients

In addition, where required associated infrastructure works can be included in a project for this lot, but standalone infrastructure works cannot be delivered through this lot.

Subject to the Public Contracts Regulations 2016, this framework can be used by any public sector body or organisation throughout Wales including but not limited to Local Authorities, Education Authorities, Further Education Authorities, Academies,

Police Authorities, Fire Authorities, Public Health Authorities, NHS trusts, Tenant Management Organisations and Registered Providers of

social housing.

II.2.5) Award criteria

Quality criterion: General Quality / Weighting: 30

Quality criterion: Lot Specific Technical / Weighting: 30

Quality criterion: Regional Capability and Social Value / Weighting: 15

Price / Weighting:  25

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 2

II.2.1) Title

Refurbishment Only - Project Value Band 1 (0 to 2 million GBP)

II.2.2) Additional CPV code(s)

45211360

45214230

45213100

45300000

45210000

45212322

45400000

45215141

45212200

45216120

45214400

45216000

45215140

45212225

45214300

45214200

45216122

45212170

45216111

45216121

45212100

45221100

45214220

45214210

45220000

45200000

45212210

45215120

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

The regional areas for this lot are further broken down into smaller regional areas

II.2.4) Description of the procurement

Lot 2 covers the provision of specialist refurbishment works of existing building projects with a project value of between 0 and 2 million GBP.

Typical building types are as follows (but not limited to)

- Educational buildings

- Healthcare buildings

- Emergency service buildings such as fire stations, ambulance stations and police stations

- Community buildings such as community centres and sports facilities

- Offices and other buildings for social infrastructure.

- Residential properties (when part of a mixed-use development )

- Conversion of commercial buildings for residential use

- Delivery of student accommodation to education clients

Subject to the Public Contracts Regulations 2016, this framework can be used by any public sector body or organisation throughout Wales including but not limited to Local Authorities, Education Authorities, Further Education Authorities, Academies, Police Authorities, Fire Authorities, Public Health Authorities, NHS trusts, Tenant Management Organisations and Registered Providers of social housing.

II.2.5) Award criteria

Quality criterion: General Quality / Weighting: 30

Quality criterion: Lot Specific Technical / Weighting: 30

Quality criterion: Regional Capability and Social Value / Weighting: 15

Price / Weighting:  25

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 3

II.2.1) Title

New Build and Refurbishment - Project Value Band 2 (2 to 7 million GBP)

II.2.2) Additional CPV code(s)

45211360

45214230

45213100

45300000

45210000

45212322

45400000

45215141

45211350

45212200

45216120

45214400

45216000

45215140

45212225

45214300

45214200

45216122

45212170

45216111

45216121

45212100

45221100

45214220

45214210

45220000

45200000

45212210

45215120

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

The regional area for this lot is further broken down into smaller regional areas

II.2.4) Description of the procurement

Lot 3 allows for projects that consist of the construction of new build, extensions and / or the refurbishment of existing buildings with a project value of between 2 and 7 million GBP.

Typical building types are as follows (but not limited to)

- Educational buildings

- Healthcare buildings

- Emergency service buildings such as fire stations, ambulance stations and police stations

- Community buildings such as community centres and sports facilities

- Offices and other buildings for social infrastructure.

- Residential properties (when part of a mixed-use development )

- Conversion of commercial buildings for residential use

- Delivery of Student accommodation to education clients

In addition, where required associated infrastructure works can be included in a project for this lot, but standalone infrastructure works cannot be delivered through this lot.

Subject to the Public Contracts Regulations 2016, this framework can be used by any public sector body or organisation throughout Wales including but not limited to Local Authorities, Education Authorities, Further Education Authorities, Academies, Police Authorities, Fire Authorities, Public Health Authorities, NHS trusts, Tenant Management Organisations and Registered Providers of social housing.

II.2.5) Award criteria

Quality criterion: General Quality / Weighting: 30

Quality criterion: Lot Specific Technical / Weighting: 30

Quality criterion: Regional Capability and Social Value / Weighting: 15

Price / Weighting:  25

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 4

II.2.1) Title

New Build, Refurbishment, and Infrastructure - Project Value Band 3 (7 to 14 million GBP)

II.2.2) Additional CPV code(s)

45211360

45214230

45213100

45300000

45210000

45212322

45400000

45215141

45212200

45211350

45216120

45214400

45216000

45215140

45212225

45214300

45214200

45216122

45212170

45216111

45216121

45212100

45221100

45214220

45214210

45220000

45200000

45212210

45215120

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 4 allows for projects that consist of the construction of new build, extensions and / or the refurbishment of existing buildings with a project value of between 7 and 14 million GBP.

Typical building types are as follows (but not limited to)

- Educational buildings

- Healthcare buildings

- Emergency services buildings such as fire stations, ambulance stations and police stations

- Community buildings such as community centres and sports facilities

- Offices and other buildings for social infrastructure.

- Residential properties (when part of a mixed-use development)

- Conversion of commercial buildings for residential use

- Delivery of Student accommodation to education clients

In addition, infrastructure works can be delivered through this lot whether they are necessary as part of a new build or refurbishment project or as a standalone infrastructure works project (such as bridges, retaining walls, drainage, new road ways).

Subject to the Public Contracts Regulations 2016, this framework can be used by any public sector body or organisation throughout Wales including but not limited to Local Authorities, Education Authorities, Further Education Authorities, Academies, Police Authorities, Fire Authorities, Public Health Authorities, NHS trusts, Tenant Management Organisations and Registered Providers of social housing.

II.2.5) Award criteria

Quality criterion: General Quality / Weighting: 20

Quality criterion: Lot Specific Technical / Weighting: 40

Quality criterion: Regional Capability and Social Value / Weighting: 15

Price / Weighting:  25

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 5

II.2.1) Title

New Build, Refurbishment, and Infrastructure - Project Value Band 4 (14 to 25 million GBP)

II.2.2) Additional CPV code(s)

45300000

45210000

45212322

45400000

45215141

45212200

45211350

45216120

45214400

45216000

45215140

45212225

45214300

45214200

45216122

45212170

45216111

45216121

45212100

45221100

45214220

45214210

45220000

45200000

45212210

45215120

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 5 allows for projects that consist of the construction of new build, extensions and / or the refurbishment of existing buildings with a project value of between 14 and 25 million GBP.

Typical building types are as follows (but not limited to)

- Educational buildings

- Healthcare buildings

- Emergency service buildings such as fire stations, ambulance stations and police stations

- Community buildings such as community centres and sports facilities

- Offices and other buildings for social infrastructure.

- Residential properties (when part of a mixed-use development )

- Conversion of commercial buildings for residential use

- Delivery of student accommodation to education clients

In addition, infrastructure works can be delivered through this lot whether they are necessary as part of a new build or refurbishment project or as a standalone infrastructure works project (such as bridges, retaining walls, drainage, new road ways).

Subject to the Public Contracts Regulations 2016, this framework can be used by any public sector body or organisation throughout Wales including but not limited to Local Authorities, Education Authorities, Further Education Authorities, Academies, Police Authorities, Fire Authorities, Public Health Authorities, NHS trusts, Tenant Management Organisations and Registered Providers of social housing.

II.2.5) Award criteria

Quality criterion: General Quality / Weighting: 20

Quality criterion: Lot Specific Technical / Weighting: 40

Quality criterion: Regional Capability and Social Value / Weighting: 15

Price / Weighting:  25

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 6

II.2.1) Title

New Build, Refurbishment, and Infrastructure - Project Value Band 5 (Projects over 25 million GBP)

II.2.2) Additional CPV code(s)

45211360

45214230

45213100

45300000

45210000

45212322

45400000

45215141

45212200

45211350

45216120

45214400

45216000

45215140

45212225

45214300

45214200

45216122

45212170

45216111

45216121

45212100

45221100

45214220

45214210

45220000

45200000

45212210

45215120

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 6 allows for projects that consist of the construction of new build, extensions and / or the refurbishment of existing buildings with a project value in excess of 25 million GBP.

Typical building types are as follows (but not limited to)

- Educational buildings

- Healthcare buildings

- Emergency service buildings such as fire stations, ambulance stations and police stations

- Community buildings such as community centres and sports facilities

- Offices and other buildings for social infrastructure.

- Residential properties (when part of a mixed-use development )

- Conversion of commercial buildings for residential use

- Delivery of student accommodation to education clients

In addition, infrastructure works can be delivered through this lot whether they are necessary as part of a new build or refurbishment project or as a standalone infrastructure works project (such as bridges, retaining walls, drainage, new road ways).

Subject to the Public Contracts Regulations 2016, this framework can be used by any public sector body or organisation throughout Wales including but not limited to Local Authorities, Education Authorities, Further Education Authorities, Academies, Police Authorities, Fire Authorities, Public Health Authorities, NHS trusts, Tenant Management Organisations and Registered Providers of social housing.

II.2.5) Award criteria

Quality criterion: General Quality / Weighting: 20

Quality criterion: Lot Specific Technical / Weighting: 40

Quality criterion: Regional Capability and Social Value / Weighting: 15

Price / Weighting:  25

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 200-486680

Section V: Award of contract

Lot No: 1

Title: New Build Only - Project Value Band 1 (0 to 2 million GBP)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/09/2021

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: 5

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

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

Galliford Try Construction Limited

02472080

Uxbridge

UB8 2AD

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Modulek Ltd

07466165

Verwood

BH31 6AZ

UK

NUTS: UKK2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

R L Davies & Son Ltd

01783213

Conwy

LL29 8SS

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Read Construction Holdings Ltd

04401595

Brymbo

LL11 5BT

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: 2

Title: Refurbishment Only - Project Value Band 1 (0 to 2 million GBP)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/09/2021

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 5

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

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

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

Galliford Try Construction Limited

02472080

Uxbridge

UB8 2AD

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

M & J Group (Construction & Roofing ) Ltd

01371473

Bedford

MK41 0UD

UK

NUTS: UKH2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

R L Davies & Son Ltd

01783213

Conwy

LL29 8SS

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Read Construction Holdings Ltd

04401595

Brymbo

LL11 5BT

UK

NUTS: UKL23

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

VINCI Construction UK Limited

02295904

Watford

WD24 4WW

UK

NUTS: UKH2

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: 3

Title: New Build and Refurbishment - Project Value Band 2 (2 to 7 million GBP)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/09/2021

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

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

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

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

Eric Wright Construction Limited

00190204

Preston

PR5 6AW

UK

NUTS: UKD4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Galliford Try Construction Limited

02472080

Uxbridge

UB8 2AD

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Read Construction Holdings Ltd

04401595

Brymbo

LL11 5BT

UK

NUTS: UKL23

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

VINCI Construction UK Limited

02295904

Watford

WD24 4WW

UK

NUTS: UKH2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Tilbury Douglas Construction Limited

00303359

Birmingham

B37 7HQ

UK

NUTS: UKG3

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: 4

Title: New Build, Refurbishment, and Infrastructure - Project Value Band 3 (7 to 14 million GBP)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/09/2021

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 0

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

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

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

Galliford Try Construction Limited

02472080

Uxbridge

UB8 2AD

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Kier Construction Ltd

02099533

Clippers Quay

M50 3XP

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Morgan Sindall Construction & Infrastructure Ltd

04273754

London

W1W 8AJ

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

VINCI Construction UK Limited

02295904

Watford

WD24 4WW

UK

NUTS: UKH2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Tilbury Douglas Construction Limited

00303359

Birmingham

B37 7HQ

UK

NUTS: UKG3

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: New Build, Refurbishment, and Infrastructure - Project Value Band 4 (14 to 25 million GBP)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/09/2021

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

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

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

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

Kier Construction Ltd

02099533

Clippers Quay

M50 3XP

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Morgan Sindall Construction & Infrastructure Ltd

04273754

London

W1W 8AJ

UK

NUTS: UKI

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: 6

Title: New Build, Refurbishment, and Infrastructure - Project Value Band 5 (Projects over 25 million GBP)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/09/2021

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

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

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

Number of tenders received by electronic means: 2

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

V.2.3) Name and address of the contractor

Kier Construction Ltd

02099533

Clippers Quay

M50 3XP

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Morgan Sindall Construction & Infrastructure Ltd

04273754

London

W1W 8AJ

UK

NUTS: UKI

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 VI: Complementary information

VI.3) Additional information

LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Welsh Procurement Alliance, Scottish Procurement Alliance and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework.

As of the date of publication of this notice our frameworks may be used by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 and as listed on https://www.lhc.gov.uk/who-we-work-with/, and 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 and registered charities.

Please note within some lots listed in section V there are a number of regional areas. For these lots the contractors awarded a position on the framework will have been appointed for one or more of the regional areas available within the lot, but may not be appointed in all regional areas within a lot.

Under the terms of this framework the successfully appointed contractors will be required to required to deliver community benefits in support of the public body's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The community benefits included in this contract are:

— to generate employment and training opportunities for priority groups,

— vocational training,

— to up-skill the existing workforce,

— equality and diversity initiatives,

— to make sub-contracting opportunities available to SMEs, the third sector and supported businesses,

— supply-chain development activity,

— to build capacity in community organisations,

— educational support initiatives.

Clients wishing to use the framework will need to refer to the further information and guidance document available for this framework which will be available on the LHC, SPA, WPA, CPC and SWPA websites, or request further information from a representative of the LHC group to identify the specific list of contractors appointed in each regional area within each lot.

This framework will commence on 01 October 2021 and will last for a period of 48 months, ending on 30 September 2025.

(WA Ref:114432)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, the strand

London

WC2A 2LL

UK

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

Public Procurement Review Service, Cabinet Office

Roseberry Court, Central Avenue, St Andrews Business Park,

Norwich

NR7 0HS

UK

VI.5) Date of dispatch of this notice

01/10/2021

Coding

Commodity categories

ID Title Parent category
45216122 Ambulance station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45221100 Construction work for bridges Construction work for bridges and tunnels, shafts and subways
45216120 Construction work for buildings relating to emergency services Construction work for buildings relating to law and order or emergency services and for military buildings
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45214300 Construction work for college buildings Construction work for buildings relating to education and research
45213100 Construction work for commercial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45214200 Construction work for school buildings Construction work for buildings relating to education and research
45212200 Construction work for sports facilities Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214400 Construction work for university buildings Construction work for buildings relating to education and research
45212100 Construction work of leisure facilities Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45212170 Entertainment building construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45216121 Fire station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
45215140 Hospital facilities construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
45215141 Operating theatre construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45216111 Police station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
45214210 Primary school construction work Construction work for buildings relating to education and research
45214220 Secondary school construction work Construction work for buildings relating to education and research
45212210 Single-purpose sports facilities construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45215120 Special medical building construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45214230 Special school construction work Construction work for buildings relating to education and research
45212225 Sports hall construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212322 Theatre construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45211360 Urban development construction work Construction work for multi-dwelling buildings and individual houses
45200000 Works for complete or part construction and civil engineering work Construction work

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
100 UK - All
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:
12 October 2020
Deadline date:
27 November 2020 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
04 October 2021
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@lhc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.