Contract

Modern Methods of Construction (MMC) New Homes Framework

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

F03: Contract award notice

Notice identifier: 2023/S 000-012816

Procurement identifier (OCID): ocds-h6vhtk-03130f

Published 4 May 2023, 2:49pm



Section one: Contracting authority

one.1) Name and addresses

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

Tredomen Innovation & Technology Centre, Tredomen Park, Ystrad Mynach

Ystrad Mynach

CF82 7FQ

Contact

Procurement Team

Email

procurement@lhcprocure.org.uk

Telephone

+44 1895274800

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.welshprocurement.cymru/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Public Sector Framework Provider


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Modern Methods of Construction (MMC) New Homes Framework

Reference number

NH3

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

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

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

The framework consists of 4 (four)

workstreams and each workstream has

multiple lots. As follows:

Workstream 1 - Three Dimensional

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

Workstream 2 - Two Dimensional (2D)

Panelised Systems - Category 2 Lots 8-10

Workstream 3 - Main Contractors

Delivering MMC Solutions - Lots 11-17

Workstream 4 - Groundworks and Site

preparation for MMC Housing Projects - Lot 18

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

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £100,000,000

two.2) Description

two.2.1) Title

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

Lot No

1

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

2

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

3

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

4

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

5

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

This workstream also allows for the installation of volumetric units.

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

6

two.2.2) Additional CPV code(s)

  • 45211200 - Sheltered housing construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

This workstream also allows for the installation of volumetric units.

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 7 - 3D Modular Adaptive Pods

Lot No

7

two.2.2) Additional CPV code(s)

  • 45211200 - Sheltered housing construction work
  • 45211310 - Bathrooms construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 8 - 2D Panelised Systems – Supply Only

Lot No

8

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211200 - Sheltered housing construction work
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

Appointed companies will be able to provide:

- Basic frames (2a)

- Enhanced insulations and lining materials (2b)

- Further enhanced including windows and cladding (2c)

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 9 - 2D Panelised Systems – Installers

Lot No

9

two.2.2) Additional CPV code(s)

  • 45223800 - Assembly and erection of prefabricated structures
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211200 - Sheltered housing construction work
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 65%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 10 - 2D Panelised Systems – Supply and Installation

Lot No

10

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211200 - Sheltered housing construction work
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

Appointed companies will be able to provide:

- Basic frames (2a)

- Enhanced insulations and lining materials (2b)

- Further enhanced including windows and cladding (2c)

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

11

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

Quality criterion - Name: Regional/Social / Weighting: 15%

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

12

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 45100000 - Site preparation work

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

13

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 45100000 - Site preparation work

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

14

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 45100000 - Site preparation work

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

15

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 45100000 - Site preparation work

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 16 - Main Contractors Care Homes and Specialised Housing

Lot No

16

two.2.2) Additional CPV code(s)

  • 45211200 - Sheltered housing construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 17 - Main Contractors ‘Room on the Roof’

Lot No

17

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211200 - Sheltered housing construction work
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45223820 - Prefabricated units and components
  • 45223821 - Prefabricated units
  • 45223822 - Prefabricated components
  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 18 - Groundworks and Associated Works

Lot No

18

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211200 - Sheltered housing construction work
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

- Ground Works

- Civil Engineering and Drainage

- Roadworks and S278 Works

- Site Setup and enabling works

- Hard landscaping

- Geotechnical and exploratory ground investigation and surveys

- Remediation

- Drainage

- Foundations

- Retaining Wall

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 65%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

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

Lot No

19

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

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

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 20 - Main Contractors Low Rise Housing Super Lot

Lot No

20

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 45211360 - Urban development construction work
  • 44211100 - Modular and portable buildings
  • 44211000 - Prefabricated buildings

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

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

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

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

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

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

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50%

Quality criterion - Name: Factory Assessment / Weighting: 15%

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

Price - Weighting: 20%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-023117


Section five. Award of contract

Lot No

1

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 6

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

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

Number of tenders received by electronic means: 7

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

five.2.3) Name and address of the contractor

BWF Construction Services Limited

Truro

TR4 8RJ

Country

United Kingdom

NUTS code
  • UKK30 - Cornwall and Isles of Scilly
National registration number

07160726

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

Country

United Kingdom

NUTS code
  • UKH1 - East Anglia
National registration number

09302453

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

J.G Hale Construction Limited

Milland Road Industrial Estate,

Neath

SA11 1NJ

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
National registration number

03848091

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Reds10 (UK) Limited

London

SE1 0HS

Country

United Kingdom

NUTS code
  • UKI44 - Lewisham and Southwark
National registration number

05934862

The contractor is an SME

No

five.2.3) Name and address of the contractor

Stelling Properties Limited

Winchester

SO21 3FX

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
National registration number

07080165

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Zed Pods Limited

6-8 Bonhill Street

London

EC2A4BX

Country

United Kingdom

NUTS code
  • UKI43 - Haringey and Islington
National registration number

10063743

The contractor is an SME

Yes

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

2

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 6

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

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

Number of tenders received by electronic means: 7

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

five.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

Country

United Kingdom

NUTS code
  • UKH1 - East Anglia
National registration number

09302453

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

J.G Hale Construction Limited

Milland Road Industrial Estate,

Neath

SA11 1NJ

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
National registration number

03848091

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Reds10 (UK) Limited

London

SE1 0HS

Country

United Kingdom

NUTS code
  • UKI44 - Lewisham and Southwark
National registration number

05934862

The contractor is an SME

No

five.2.3) Name and address of the contractor

Zed Pods Limited

6-8 Bonhill Street

London

EC2A4BX

Country

United Kingdom

NUTS code
  • UKI43 - Haringey and Islington
National registration number

10063743

The contractor is an SME

Yes

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

3

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 6

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

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

Number of tenders received by electronic means: 7

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

five.2.3) Name and address of the contractor

J.G Hale Construction Limited

Milland Road Industrial Estate,

Neath

SA11 1NJ

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
National registration number

03848091

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Reds10 (UK) Limited

London

SE1 0HS

Country

United Kingdom

NUTS code
  • UKI44 - Lewisham and Southwark
National registration number

05934862

The contractor is an SME

No

five.2.3) Name and address of the contractor

TopHat Communities Limited

Derby

DE65 5BT

Country

United Kingdom

NUTS code
  • UKF13 - South and West Derbyshire
National registration number

10302373

The contractor is an SME

Yes

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

4

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

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

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

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

J.G Hale Construction Limited

Milland Road Industrial Estate,

Neath

SA11 1NJ

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
National registration number

03848091

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Reds10 (UK) Limited

London

SE1 0HS

Country

United Kingdom

NUTS code
  • UKI44 - Lewisham and Southwark
National registration number

05934862

The contractor is an SME

No

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

5

Title

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

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

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


Section five. Award of contract

Lot No

6

Title

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

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

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


Section five. Award of contract

Lot No

7

Title

Lot 7 - 3D Modular Adaptive Pods

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

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


Section five. Award of contract

Lot No

8

Title

Lot 8 - 2D Panelised Systems – Supply Only

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

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

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

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

J.G Hale Construction Limited

Milland Road Industrial Estate,

Neath

SA11 1NJ

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
National registration number

03848091

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Celtic Horizons Limited t/a Celtic Offsite

Caerphilly

CF83 3HU

Country

United Kingdom

NUTS code
  • UKL1 - West Wales and the Valleys
National registration number

07838396

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

LoCal Homes

Walsall

WS09 0GG

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
National registration number

27052R

The contractor is an SME

No

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

10

Title

Lot 10 - 2D Panelised Systems – Supply and Installation

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 3

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

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

Number of tenders received by electronic means: 6

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

five.2.3) Name and address of the contractor

Donaldson Timber Systems

Falcon House, Curbridge Business Park, Downs Road

Witney

OX297WJ

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
National registration number

10375531

The contractor is an SME

No

five.2.3) Name and address of the contractor

J.G Hale Construction Limited

Milland Road Industrial Estate,

Neath

SA11 1NJ

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
National registration number

03848091

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

LoCal Homes

Walsall

WS09 0GG

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
National registration number

27052R

The contractor is an SME

No

five.2.3) Name and address of the contractor

Celtic Horizons Limited t/a Celtic Offsite

Caerphilly

CF83 3HU

Country

United Kingdom

NUTS code
  • UKL1 - West Wales and the Valleys
National registration number

07838396

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Sigmat Limited

Skipton

BD23 2UE

Country

United Kingdom

NUTS code
  • UKE22 - North Yorkshire CC
National registration number

04516604

The contractor is an SME

No

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

11

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 April 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

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

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

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

Country

United Kingdom

NUTS code
  • UKH1 - East Anglia
National registration number

09302453

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Stelling Properties Limited

Winchester

SO21 3FX

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
National registration number

07080165

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Zed Pods Limited

6-8 Bonhill Street

London

EC2A4BX

Country

United Kingdom

NUTS code
  • UKI43 - Haringey and Islington
National registration number

10063743

The contractor is an SME

Yes

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

12

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

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

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

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

Country

United Kingdom

NUTS code
  • UKH1 - East Anglia
National registration number

09302453

The contractor is an SME

Yes

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

13

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

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

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

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

J.G Hale Construction Limited

Milland Road Industrial Estate,

Neath

SA11 1NJ

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
National registration number

03848091

The contractor is an SME

Yes

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

14

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

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

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

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

Vistry Partnerships Ltd

West Malling, Kent

ME194UY

Country

United Kingdom

NUTS code
  • UKJ46 - West Kent
National registration number

00800384

The contractor is an SME

No

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

15

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

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

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

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

Vistry Partnerships Ltd

West Malling, Kent

ME194UY

Country

United Kingdom

NUTS code
  • UKJ46 - West Kent
National registration number

00800384

The contractor is an SME

No

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

16

Title

Lot 16 - Main Contractors Care Homes and Specialised Housing

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

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

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

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

J.G Hale Construction Limited

Milland Road Industrial Estate,

Neath

SA11 1NJ

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
National registration number

03848091

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Vistry Partnerships Ltd

West Malling, Kent

ME194UY

Country

United Kingdom

NUTS code
  • UKJ46 - West Kent
National registration number

00800384

The contractor is an SME

No

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

18

Title

Lot 18 - Groundworks and Associated Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

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

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

Number of tenders received by electronic means: 1

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

five.2.3) Name and address of the contractor

Knights Construction Ltd

Hafod Y Bwch Farm, Middle Sontley

Wrexham

LL13 0YP

Country

United Kingdom

NUTS code
  • UKL23 - Flintshire and Wrexham
National registration number

07032967

The contractor is an SME

Yes

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

20

Title

Lot 20 - Main Contractors Low Rise Housing Super Lot

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

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

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

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

Country

United Kingdom

NUTS code
  • UKH1 - East Anglia
National registration number

09302453

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

J.G Hale Construction Limited

Milland Road Industrial Estate,

Neath

SA11 1NJ

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
National registration number

03848091

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Stelling Properties Limited

Winchester

SO21 3FX

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
National registration number

07080165

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Vistry Partnerships Ltd

West Malling, Kent

ME194UY

Country

United Kingdom

NUTS code
  • UKJ46 - West Kent
National registration number

00800384

The contractor is an SME

No

five.2.3) Name and address of the contractor

Zed Pods Limited

6-8 Bonhill Street

London

EC2A4BX

Country

United Kingdom

NUTS code
  • UKI43 - Haringey and Islington
National registration number

10063743

The contractor is an SME

Yes

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

19

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 7

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

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

Number of tenders received by electronic means: 7

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

five.2.3) Name and address of the contractor

BWF Construction Services Limited

Truro

TR4 8RJ

Country

United Kingdom

NUTS code
  • UKK30 - Cornwall and Isles of Scilly
National registration number

07160726

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Beattie Passive Operations Ltd

Unit 1 Carrow Works, Bracondale

Norfolk

NR12DD

Country

United Kingdom

NUTS code
  • UKH1 - East Anglia
National registration number

09302453

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

J.G Hale Construction Limited

Milland Road Industrial Estate,

Neath

SA11 1NJ

Country

United Kingdom

NUTS code
  • UKL17 - Bridgend and Neath Port Talbot
National registration number

03848091

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Reds10 (UK) Limited

London

SE1 0HS

Country

United Kingdom

NUTS code
  • UKI44 - Lewisham and Southwark
National registration number

05934862

The contractor is an SME

No

five.2.3) Name and address of the contractor

TopHat Communities Limited

Derby

DE65 5BT

Country

United Kingdom

NUTS code
  • UKF13 - South and West Derbyshire
National registration number

10302373

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Stelling Properties Limited

Winchester

SO21 3FX

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
National registration number

07080165

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Zed Pods Limited

6-8 Bonhill Street

London

EC2A4BX

Country

United Kingdom

NUTS code
  • UKI43 - Haringey and Islington
National registration number

10063743

The contractor is an SME

Yes

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

17

Title

Lot 17 - Main Contractors ‘Room on the Roof’

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 April 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

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

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

Number of tenders received by electronic means: 1

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

five.2.3) Name and address of the contractor

Zed Pods Limited

6-8 Bonhill Street

London

EC2A4BX

Country

United Kingdom

NUTS code
  • UKI43 - Haringey and Islington
National registration number

10063743

The contractor is an SME

Yes

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

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

9

Title

Lot 9 - 2D Panelised Systems – Installers

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

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


Section six. Complementary information

six.3) Additional information

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

As of the date of publication of this notice our frameworks may be used by all contracting authorities in Wales, England and Scotland as defined by the Public Contracts Regulations 2015 and as listed on https://www.welshprocurement.cymru/who-we-work-with/, including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm’s length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.

WPA partners may add community benefit requirements in their call-off contracts from this Framework including but not limited to:

- to generate employment and training opportunities for priority groups;

- vocational training;

- to up-skill the existing workforce;

- equality and diversity initiatives;

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

- supply-chain development activity;

- to build capacity in community organisations;

- educational support initiatives.

(WA Ref:131128)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom