Notice Information
Notice Title
Design, Supply and Installation of Permanent and Temporary Modular Buildings
Notice Description
This opportunity has been listed on behalf of LHC and our regional businesses: Consortium Procurement Construction (CPC) London and South East (LSE) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC Procurement Group is seeking suitable organisations for our Modular Buildings framework. This new framework will replace LHC's successful Modular Buildings Framework (MB2) Framework which expires May 2025 and will be for the provision of Modular Buildings for the public sector for use by: - Education - Healthcare - Emergency Services - Offices - Community related buildings including sport facilities, theatres, & other types of community buildings - Residential projects where they are part of a mixed use development or for student accommodation for schools and universities The framework will cover the design, supply, installation and hire of permanent, temporary, and refurbished modular buildings for the public sector and tenderers will be required to offer a full turn key solution, providing all services required to deliver a full project from design through to handover. The workstreams included in this framework are as follows, please access the tender documentation area of the project to see full details and lots: Workstream 1 - Permanent Modular Buildings Workstream 2 - Healthcare Buildings Workstream 3 - Hire of Temporary Buildings Workstream 4 - Refurbished Buildings Whilst this is a national framework, each lot is broken down into a number of regional areas allowing bidders to apply for this framework in the regional areas most suited to them.
Lot Information
Workstream 1 - Permanent Modular Buildings
Workstream 1 covers the supply and installation of all types of permanent modular buildings EXCEPT healthcare related buildings. This shall include (but not be limited to): - Educational buildings - Non-educational buildings - Buildings for use by emergency services - Office buildings - Community related buildings (including sport facilities, theatres and other types of community related buildings). LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Renewal: Optional 12 month extension
Workstream 2 - Healthcare BuildingsWorkstream 2 covers the supply and installation of permanent modular buildings specifically related to the needs and requirement of healthcare providers. This shall include (but not be limited to): - Primary healthcare facilities - Hospital wards and accommodation and - Specialist operating theatres. LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Renewal: Optional 12 month extension
Workstream 3 - Hire of Temporary BuildingsWorkstream 3 relates to the hire of temporary buildings primarily focused on educational, offices and temporary healthcare facilities however suppliers will be able to offer other type of buildings to hire through this workstream.. LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Renewal: Optional 12 month extension
Workstream 4 - Refurbished BuildingsWorkstream 4 relates to the provision of refurbished units either manufactured by the supplier or procured from 3rd party organisations.. LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Renewal: Optional 12 month extension
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-kuma6s-144675
- Publication Source
- Sell2Wales
- Latest Notice
- https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=144675
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
44211000 - Prefabricated buildings
Notice Value(s)
- Tender Value
- £150,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £25,000,000 £10M-£100M
Notice Dates
- Publication Date
- 5 Jun 20258 months ago
- Submission Deadline
- 31 Oct 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 27 May 20259 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LHC PROCUREMENT GROUP FOR THE WELSH PROCUREMENT ALLIANCE (WPA)
- Contact Name
- Not specified
- Contact Email
- procurement@lhcprocure.org.uk
- Contact Phone
- +44 1895274800
Buyer Location
- Locality
- UXBRIDGE
- Postcode
- UB8 1QE
- Post Town
- Southall
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI7 Outer London - West and North West
- Small Region (ITL 3)
- TLI74 Harrow and Hillingdon
- Delivery Location
- TLL Wales
-
- Local Authority
- Hillingdon
- Electoral Ward
- Uxbridge
- Westminster Constituency
- Uxbridge and South Ruislip
Further Information
Notice Documents
-
https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=SEP491385
Design, Supply and Installation of Permanent and Temporary Modular Buildings - This opportunity has been listed on behalf of LHC and our regional businesses: Consortium Procurement Construction (CPC) London and South East (LSE) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC Procurement Group is seeking suitable organisations for our Modular Buildings framework. This new framework will replace LHC's successful Modular Buildings Framework (MB2) Framework which expires May 2025 and will be for the provision of Modular Buildings for the public sector for use by: - Education - Healthcare - Emergency Services - Offices - Community related buildings including sport facilities, theatres, & other types of community buildings - Residential projects where they are part of a mixed use development or for student accommodation for schools and universities The framework will cover the design, supply, installation and hire of permanent, temporary, and refurbished modular buildings for the public sector and tenderers will be required to offer a full turn key solution, providing all services required to deliver a full project from design through to handover. The workstreams included in this framework are as follows, please access the tender documentation area of the project to see full details and lots: Workstream 1 - Permanent Modular Buildings Workstream 2 - Healthcare Buildings Workstream 3 - Hire of Temporary Buildings Workstream 4 - Refurbished Buildings Whilst this is a national framework, each lot is broken down into a number of regional areas allowing bidders to apply for this framework in the regional areas most suited to them. -
https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=JUN517101
Design, Supply and Installation of Permanent and Temporary Modular Buildings - This opportunity has been listed on behalf of LHC and our regional businesses: Consortium Procurement Construction (CPC) London and South East (LSE) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC Procurement Group is seeking suitable organisations for our Modular Buildings framework. This new framework will replace LHC's successful Modular Buildings Framework (MB2) Framework which expires May 2025 and will be for the provision of Modular Buildings for the public sector for use by: - Education - Healthcare - Emergency Services - Offices - Community related buildings including sport facilities, theatres, & other types of community buildings - Residential projects where they are part of a mixed use development or for student accommodation for schools and universities The framework will cover the design, supply, installation and hire of permanent, temporary, and refurbished modular buildings for the public sector and tenderers will be required to offer a full turn key solution, providing all services required to deliver a full project from design through to handover. The workstreams included in this framework are as follows, please access the tender documentation area of the project to see full details and lots: Workstream 1 - Permanent Modular Buildings Workstream 2 - Healthcare Buildings Workstream 3 - Hire of Temporary Buildings Workstream 4 - Refurbished Buildings Whilst this is a national framework, each lot is broken down into a number of regional areas allowing bidders to apply for this framework in the regional areas most suited to them.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-kuma6s-144675-2025-06-05T00:00:00Z",
"date": "2025-06-05T00:00:00Z",
"ocid": "ocds-kuma6s-144675",
"initiationType": "tender",
"parties": [
{
"id": "org-18",
"name": "LHC Procurement Group for the Welsh Procurement Alliance (WPA)",
"identifier": {
"legalName": "LHC Procurement Group for the Welsh Procurement Alliance (WPA)"
},
"address": {
"streetAddress": "2-4 Vine Street",
"locality": "Uxbridge",
"region": "UK",
"postalCode": "UB8 1QE"
},
"contactPoint": {
"email": "procurement@lhcprocure.org.uk",
"telephone": "+44 1895274800",
"url": "https://in-tendhost.co.uk/lhc/aspx/ProjectManage/36"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"description": "Public Sector Framework Provider",
"scheme": "COFOG"
}
],
"url": "http://www.lhcprocure.org.uk"
}
},
{
"id": "org-2",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-13",
"name": "LHC Procurement Group for the Welsh Procurement Alliance (WPA)",
"identifier": {
"legalName": "LHC Procurement Group for the Welsh Procurement Alliance (WPA)"
},
"address": {
"streetAddress": "2-4 Vine Street",
"locality": "Uxbridge",
"region": "UK",
"postalCode": "UB8 1QE"
},
"contactPoint": {
"email": "procurement@lhcprocure.org.uk",
"telephone": "+44 1895274800"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.lhcprocure.org.uk"
}
},
{
"id": "org-115",
"name": "LHC Procurement Group for the Welsh Procurement Alliance (WPA)",
"identifier": {
"legalName": "LHC Procurement Group for the Welsh Procurement Alliance (WPA)"
},
"address": {
"streetAddress": "2-4 Vine Street",
"locality": "Uxbridge",
"region": "UK",
"postalCode": "UB8 1QE"
},
"contactPoint": {
"email": "procurement@lhcprocure.org.uk",
"telephone": "+44 1895274800"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"description": "Public Sector Framework Provider",
"scheme": "COFOG"
}
],
"url": "http://www.lhcprocure.org.uk"
}
},
{
"id": "org-116",
"name": "PORTAKABIN LIMITED",
"identifier": {
"legalName": "PORTAKABIN LIMITED"
},
"address": {
"streetAddress": "Yorkon House New Lane, Huntington",
"locality": "York",
"region": "UKE21",
"postalCode": "YO329PT"
},
"contactPoint": {
"telephone": "+44 1904611655"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-117",
"name": "MCAVOY MODULAR OFFSITE LIMITED",
"identifier": {
"legalName": "MCAVOY MODULAR OFFSITE LIMITED"
},
"address": {
"streetAddress": "2 Ferguson Road, Knockmore Hill Industrial Estate",
"locality": "Lisburn",
"region": "UK",
"postalCode": "BT282FW"
},
"contactPoint": {
"telephone": "+44 2887740372"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-118",
"name": "WESTERN BUILDING SYSTEMS LTD",
"identifier": {
"legalName": "WESTERN BUILDING SYSTEMS LTD"
},
"address": {
"streetAddress": "11 Mountjoy Road, Coalisland",
"locality": "Co Tyrone",
"region": "UKN0B",
"postalCode": "BT715DQ"
},
"contactPoint": {
"telephone": "+44 2887740740"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-119",
"name": "WERNICK BUILDINGS LIMITED",
"identifier": {
"legalName": "WERNICK BUILDINGS LIMITED"
},
"address": {
"streetAddress": "Molineux House, Russell Gardens",
"locality": "Wickford",
"region": "UKH3",
"postalCode": "SS118QG"
},
"contactPoint": {
"telephone": "+44 1656747340"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-120",
"name": "Sibcas Ltd",
"identifier": {
"legalName": "Sibcas Ltd"
},
"address": {
"streetAddress": "Easton Road",
"locality": "Bathgate",
"region": "UK",
"postalCode": "EH482SF"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-121",
"name": "Explore Modular Ltd",
"identifier": {
"legalName": "Explore Modular Ltd"
},
"address": {
"streetAddress": "Blue House, Brentwood Road, West Horndon",
"locality": "Brentwood",
"region": "UK",
"postalCode": "CM133LX"
},
"contactPoint": {
"telephone": "+44 7500968658"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-122",
"name": "Premier Modular Limited",
"identifier": {
"legalName": "Premier Modular Limited"
},
"address": {
"streetAddress": "Catfoss Airfield, Brandesburton",
"locality": "Driffield",
"region": "UK",
"postalCode": "YO258EJ"
},
"contactPoint": {
"telephone": "+44 1964545000"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "org-123",
"name": "P McVey Building Systems",
"identifier": {
"legalName": "P McVey Building Systems"
},
"address": {
"streetAddress": "105 Ballyneill Road, Moneymore",
"locality": "Magherafelt",
"region": "UKN",
"postalCode": "BT457TE"
},
"contactPoint": {
"telephone": "+44 2879659660"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-124",
"name": "Integra Buildings Ltd",
"identifier": {
"legalName": "Integra Buildings Ltd"
},
"address": {
"streetAddress": "Integra House, Humber Business Park",
"locality": "Paull",
"region": "UKE12",
"postalCode": "HU128AA"
},
"contactPoint": {
"telephone": "+44 1964626761",
"faxNumber": "+44 1964626762"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-125",
"name": "VISION BUILT LIMITED",
"identifier": {
"legalName": "VISION BUILT LIMITED"
},
"address": {
"streetAddress": "1 Curo Park, Frogmore",
"locality": "St. Albans",
"region": "UK",
"postalCode": "AL22DD"
},
"contactPoint": {
"telephone": "+44 2034113648"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "org-3",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL"
},
"contactPoint": {
"telephone": "+44 2079477501",
"url": "http://www.procurement.wales.nhs.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "LHC Procurement Group for the Welsh Procurement Alliance (WPA)",
"id": "org-115"
},
"tender": {
"id": "ocds-kuma6s-144675-tender-151933-MB3",
"title": "Design, Supply and Installation of Permanent and Temporary Modular Buildings",
"description": "This opportunity has been listed on behalf of LHC and our regional businesses: Consortium Procurement Construction (CPC) London and South East (LSE) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC Procurement Group is seeking suitable organisations for our Modular Buildings framework. This new framework will replace LHC's successful Modular Buildings Framework (MB2) Framework which expires May 2025 and will be for the provision of Modular Buildings for the public sector for use by: - Education - Healthcare - Emergency Services - Offices - Community related buildings including sport facilities, theatres, & other types of community buildings - Residential projects where they are part of a mixed use development or for student accommodation for schools and universities The framework will cover the design, supply, installation and hire of permanent, temporary, and refurbished modular buildings for the public sector and tenderers will be required to offer a full turn key solution, providing all services required to deliver a full project from design through to handover. The workstreams included in this framework are as follows, please access the tender documentation area of the project to see full details and lots: Workstream 1 - Permanent Modular Buildings Workstream 2 - Healthcare Buildings Workstream 3 - Hire of Temporary Buildings Workstream 4 - Refurbished Buildings Whilst this is a national framework, each lot is broken down into a number of regional areas allowing bidders to apply for this framework in the regional areas most suited to them.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "44211000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "44211000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "44211000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "44211000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKL"
},
{
"region": "UKL"
}
],
"relatedLot": "4"
}
],
"value": {
"amount": 150000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/lhc/aspx/ProjectManage/36",
"tenderPeriod": {
"endDate": "2024-10-31T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-10-31T14:00:00Z"
},
"documents": [
{
"id": "SEP491385",
"documentType": "contractNotice",
"title": "Design, Supply and Installation of Permanent and Temporary Modular Buildings",
"description": "This opportunity has been listed on behalf of LHC and our regional businesses: Consortium Procurement Construction (CPC) London and South East (LSE) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC Procurement Group is seeking suitable organisations for our Modular Buildings framework. This new framework will replace LHC's successful Modular Buildings Framework (MB2) Framework which expires May 2025 and will be for the provision of Modular Buildings for the public sector for use by: - Education - Healthcare - Emergency Services - Offices - Community related buildings including sport facilities, theatres, & other types of community buildings - Residential projects where they are part of a mixed use development or for student accommodation for schools and universities The framework will cover the design, supply, installation and hire of permanent, temporary, and refurbished modular buildings for the public sector and tenderers will be required to offer a full turn key solution, providing all services required to deliver a full project from design through to handover. The workstreams included in this framework are as follows, please access the tender documentation area of the project to see full details and lots: Workstream 1 - Permanent Modular Buildings Workstream 2 - Healthcare Buildings Workstream 3 - Hire of Temporary Buildings Workstream 4 - Refurbished Buildings Whilst this is a national framework, each lot is broken down into a number of regional areas allowing bidders to apply for this framework in the regional areas most suited to them.",
"url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=SEP491385",
"format": "text/html"
},
{
"id": "JUN517101",
"documentType": "awardNotice",
"title": "Design, Supply and Installation of Permanent and Temporary Modular Buildings",
"description": "This opportunity has been listed on behalf of LHC and our regional businesses: Consortium Procurement Construction (CPC) London and South East (LSE) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Welsh Procurement Alliance (WPA) LHC Procurement Group is seeking suitable organisations for our Modular Buildings framework. This new framework will replace LHC's successful Modular Buildings Framework (MB2) Framework which expires May 2025 and will be for the provision of Modular Buildings for the public sector for use by: - Education - Healthcare - Emergency Services - Offices - Community related buildings including sport facilities, theatres, & other types of community buildings - Residential projects where they are part of a mixed use development or for student accommodation for schools and universities The framework will cover the design, supply, installation and hire of permanent, temporary, and refurbished modular buildings for the public sector and tenderers will be required to offer a full turn key solution, providing all services required to deliver a full project from design through to handover. The workstreams included in this framework are as follows, please access the tender documentation area of the project to see full details and lots: Workstream 1 - Permanent Modular Buildings Workstream 2 - Healthcare Buildings Workstream 3 - Hire of Temporary Buildings Workstream 4 - Refurbished Buildings Whilst this is a national framework, each lot is broken down into a number of regional areas allowing bidders to apply for this framework in the regional areas most suited to them.",
"url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=JUN517101",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Workstream 1 - Permanent Modular Buildings",
"description": "Workstream 1 covers the supply and installation of all types of permanent modular buildings EXCEPT healthcare related buildings. This shall include (but not be limited to): - Educational buildings - Non-educational buildings - Buildings for use by emergency services - Office buildings - Community related buildings (including sport facilities, theatres and other types of community related buildings). LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "15"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Optional 12 month extension"
}
},
{
"id": "2",
"title": "Workstream 2 - Healthcare Buildings",
"description": "Workstream 2 covers the supply and installation of permanent modular buildings specifically related to the needs and requirement of healthcare providers. This shall include (but not be limited to): - Primary healthcare facilities - Hospital wards and accommodation and - Specialist operating theatres. LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "15"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Optional 12 month extension"
}
},
{
"id": "3",
"title": "Workstream 3 - Hire of Temporary Buildings",
"description": "Workstream 3 relates to the hire of temporary buildings primarily focused on educational, offices and temporary healthcare facilities however suppliers will be able to offer other type of buildings to hire through this workstream.. LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "15"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Optional 12 month extension"
}
},
{
"id": "4",
"title": "Workstream 4 - Refurbished Buildings",
"description": "Workstream 4 relates to the provision of refurbished units either manufactured by the supplier or procured from 3rd party organisations.. LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "General Technical",
"description": "15"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Optional 12 month extension"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2024-10-31T14:00:00Z"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders will be required to demonstrate they have the appropriate competencies and hold specific qualifications and/or accreditations as appropriate for the scope of services expected to be delivered through each workstream. Please refer to the MB3 ITT for further information regarding associated requirements."
},
{
"type": "economic",
"description": "For the financial stability assessment, LHCs' financial team will undertake the following process to carry out a robust assessment of a Bidders' financial standing: 1) Credit score - LHC use Creditsafe to carry out initial checking of a Bidders' financial status and help inform the subsequent assessments carried out by LHC. Should any financial risk or low score be flagged within the Creditsafe information, LHC may also review independent reports from other credit referencing agencies such as Equifax, Dunn & Bradstreet and Baker Tilly to help inform our assessment. 2) Annual Turnover - Bidders will be assessed based on their average annual turnover for the past 3 years by comparison to the minimum turnover requirements set out in the contract notice and/or tender document documents for the lot/s they have applied for. 3) Profitability, Stability and Liquidity Assessment - Bidders will be assessed on their financial stability based on a range of financial information obtained from the Bidders annual accounts."
},
{
"type": "technical",
"description": "General Technical Questions - These are general quality questions that LHCPG consider to be equally applicable to all workstreams. Irrespective of the number of lots the Bidder is applying for they will only need to complete this once, and the scores provided by LHC following our assessment will be applied consistently for all lots the Bidder applies for. A Bidder response template for these questions is provided. Workstream Specific Technical Questions - The template/s required to be completed are dependent on the lots the bidder is applying for. A Bidder response template for these questions is provided. Minimum level(s) of standards required: There will be a total of four general questions and three technical specific workstream questions. Each question will be scored from 0 - 5, with the scoring matrix available in the published ITT. LHC reserves the right to reject submissions that do not achieve at least 50% of the maximum possible weighted score for the technical questions. If the bidder should score a 0 (zero) on any of the scored elements of the quality criteria, they shall be deemed not to have achieved a minimum acceptable quality standard."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"techniques": {
"hasFrameworkAgreement": true
},
"classification": {
"id": "44211000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "ocds-kuma6s-144675-amendment-145157-9",
"description": "Tender deadline extended by two weeks",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-10-31T12:00:00Z"
},
"newValue": {
"date": "2024-11-14T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2024-10-31T14:00:00Z"
},
"newValue": {
"date": "2024-11-14T14:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2024/S 000-030091"
}
],
"description": "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 Scottish Procurement Alliance, Welsh 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 as listed on: https://www.cpconstruction.org.uk/who-we-work-with/ https://lse.lhcprocure.org.uk/who-we-work-with/ https://www.scottishprocurement.scot/who-we-work-with/ https://www.swpa.org.uk/who-we-work-with/ 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. LHC clients 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. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=765097. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=775995. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: This framework is designed to focus on the supply of roofing materials from national companies, with little impact on regional community benefit. (WA Ref:151933)",
"links": [
{
"rel": "canonical",
"href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-144675"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ocds-kuma6s-144675-award-151933-116",
"title": "Workstream 1 - Permanent Modular Buildings",
"suppliers": [
{
"id": "org-116",
"name": "PORTAKABIN LIMITED"
},
{
"id": "org-117",
"name": "MCAVOY MODULAR OFFSITE LIMITED"
},
{
"id": "org-118",
"name": "WESTERN BUILDING SYSTEMS LTD"
},
{
"id": "org-119",
"name": "WERNICK BUILDINGS LIMITED"
},
{
"id": "org-120",
"name": "Sibcas Ltd"
},
{
"id": "org-121",
"name": "Explore Modular Ltd"
},
{
"id": "org-122",
"name": "Premier Modular Limited"
},
{
"id": "org-123",
"name": "P McVey Building Systems"
}
],
"relatedLots": [
"1"
]
},
{
"id": "ocds-kuma6s-144675-award-151933-117",
"title": "Workstream 2 - Healthcare Buildings",
"suppliers": [
{
"id": "org-116",
"name": "PORTAKABIN LIMITED"
},
{
"id": "org-117",
"name": "MCAVOY MODULAR OFFSITE LIMITED"
},
{
"id": "org-118",
"name": "WESTERN BUILDING SYSTEMS LTD"
},
{
"id": "org-119",
"name": "WERNICK BUILDINGS LIMITED"
},
{
"id": "org-123",
"name": "P McVey Building Systems"
},
{
"id": "org-120",
"name": "Sibcas Ltd"
},
{
"id": "org-121",
"name": "Explore Modular Ltd"
},
{
"id": "org-124",
"name": "Integra Buildings Ltd"
},
{
"id": "org-125",
"name": "VISION BUILT LIMITED"
}
],
"relatedLots": [
"2"
]
},
{
"id": "ocds-kuma6s-144675-award-151933-118",
"title": "Workstream 3 - Hire of Temporary Buildings",
"suppliers": [
{
"id": "org-116",
"name": "PORTAKABIN LIMITED"
},
{
"id": "org-117",
"name": "MCAVOY MODULAR OFFSITE LIMITED"
},
{
"id": "org-119",
"name": "WERNICK BUILDINGS LIMITED"
},
{
"id": "org-120",
"name": "Sibcas Ltd"
},
{
"id": "org-121",
"name": "Explore Modular Ltd"
},
{
"id": "org-122",
"name": "Premier Modular Limited"
},
{
"id": "org-124",
"name": "Integra Buildings Ltd"
},
{
"id": "org-125",
"name": "VISION BUILT LIMITED"
}
],
"relatedLots": [
"3"
]
},
{
"id": "ocds-kuma6s-144675-award-151933-119",
"title": "Workstream 4 - Refurbished Buildings",
"suppliers": [
{
"id": "org-116",
"name": "PORTAKABIN LIMITED"
},
{
"id": "org-117",
"name": "MCAVOY MODULAR OFFSITE LIMITED"
},
{
"id": "org-119",
"name": "WERNICK BUILDINGS LIMITED"
},
{
"id": "org-120",
"name": "Sibcas Ltd"
},
{
"id": "org-121",
"name": "Explore Modular Ltd"
},
{
"id": "org-122",
"name": "Premier Modular Limited"
},
{
"id": "org-123",
"name": "P McVey Building Systems"
},
{
"id": "org-124",
"name": "Integra Buildings Ltd"
}
],
"relatedLots": [
"4"
]
}
],
"contracts": [
{
"id": "ocds-kuma6s-144675-award-151933-116",
"awardID": "ocds-kuma6s-144675-award-151933-116",
"title": "Workstream 1 - Permanent Modular Buildings",
"status": "active",
"value": {
"amount": 18000000,
"currency": "GBP"
},
"dateSigned": "2025-05-27T00:00:00Z"
},
{
"id": "ocds-kuma6s-144675-award-151933-117",
"awardID": "ocds-kuma6s-144675-award-151933-117",
"title": "Workstream 2 - Healthcare Buildings",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2025-05-27T00:00:00Z"
},
{
"id": "ocds-kuma6s-144675-award-151933-118",
"awardID": "ocds-kuma6s-144675-award-151933-118",
"title": "Workstream 3 - Hire of Temporary Buildings",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"dateSigned": "2025-05-27T00:00:00Z"
},
{
"id": "ocds-kuma6s-144675-award-151933-119",
"awardID": "ocds-kuma6s-144675-award-151933-119",
"title": "Workstream 4 - Refurbished Buildings",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"dateSigned": "2025-05-27T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-496",
"measure": "bids",
"value": 16,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-497",
"measure": "smeBids",
"value": 13,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-498",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-499",
"measure": "foreignBidsFromNonEU",
"value": 16,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-500",
"measure": "electronicBids",
"value": 16,
"relatedLot": "1"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-501",
"measure": "bids",
"value": 14,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-502",
"measure": "smeBids",
"value": 11,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-503",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-504",
"measure": "foreignBidsFromNonEU",
"value": 14,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-505",
"measure": "electronicBids",
"value": 14,
"relatedLot": "2"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-506",
"measure": "bids",
"value": 12,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-507",
"measure": "smeBids",
"value": 9,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-508",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-509",
"measure": "foreignBidsFromNonEU",
"value": 12,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-510",
"measure": "electronicBids",
"value": 12,
"relatedLot": "3"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-511",
"measure": "bids",
"value": 10,
"relatedLot": "4"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-512",
"measure": "smeBids",
"value": 7,
"relatedLot": "4"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-513",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-514",
"measure": "foreignBidsFromNonEU",
"value": 10,
"relatedLot": "4"
},
{
"id": "ocds-kuma6s-144675-bidsstatistic-151933-515",
"measure": "electronicBids",
"value": 10,
"relatedLot": "4"
}
]
}
}