Awarded contract

Framework Agreement For the Provision of Modular/Pre-Fabricated Modular Buildings Solutions

  • NHS Commercial Solutions

F03: Contract award notice

Notice reference: 2021/S 000-015787

Published 7 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Commercial Solutions

The Atrium. Curtis Road.

Dorking

RH4 1XA

Email

monjur.elahi@nhs.net

Telephone

+44 01306646816

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement For the Provision of Modular/Pre-Fabricated Modular Buildings Solutions

Reference number

5028 - 3946

two.1.2) Main CPV code

  • 44211100 - Modular and portable buildings

two.1.3) Type of contract

Supplies

two.1.4) Short description

The aim of this procurement is to appoint a number of suppliers who specialise in the design, manufacture, supply, installation and maintenance of various modular/pre-fabricated buildings for use by the NHS and wider public sector bodies in the UK. The authority recognises that the expertise required will exist both nationally and at a local level and aims to be as inclusive as is practicable in order that the awarding authority has the most appropriate resource available.

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: £300,000,000

two.2) Description

two.2.1) Title

Catalogue of Products

Lot No

1

two.2.2) Additional CPV code(s)

  • 44211100 - Modular and portable buildings

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Catalogue of products — a catalogue of products from each provider which will include but not be limited to supply of materials, fittings, structure, pre-fabricated modular building units, components and consumables, providing professional consultancy services, such as site surveying, planning, design and drawing, reporting, quality monitoring, CDMC etc. The suppliers will offer a list of their supply and services offer as an off-the shelf catalogue so that contracting authorities can purchase the required quantities of items off the catalogue when their specification/service requirements matches with the catalogue offers. The contracting authorities may carry out a further price benchmarking and technical clarification to ascertain the suitability and availability of the supply/service.

two.2.5) Award criteria

Quality criterion - Name: Criteria as defined at the tender documentation / Weighting: 100

Cost criterion - Name: Criteria as defined at the tender documentation / Weighting: 0

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

Purchase and Hire of Modular/Pre-fabricated Buildings

Lot No

2

two.2.2) Additional CPV code(s)

  • 44211100 - Modular and portable buildings

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Purchase and Hire of modular/pre-fabricated buildings – services to include but not limited to the supply, design, delivery, construction/installation and maintenance of both temporary and permanent modular/pre-fabricated buildings, purchased or hired. The service specification, quality and standard will generally meet the specification provide in section 5 below. A contracting authority will specify their specific requirements, e.g. quantity, design, planning, location when conducting a further competition tender exercise.

two.2.5) Award criteria

Quality criterion - Name: Criteria as defined at the tender documentation / Weighting: 100

Cost criterion - Name: Criteria as defined at the tender documentation / Weighting: 0

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

Bespoke

Lot No

3

two.2.2) Additional CPV code(s)

  • 44211100 - Modular and portable buildings

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Bespoke – a combination of lots 1 and 2 or other value added/innovative services associated with them.

two.2.5) Award criteria

Quality criterion - Name: Criteria as defined at the tender documentation / Weighting: 100

Cost criterion - Name: Criteria as defined at the tender documentation / Weighting: 0

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

Restricted 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: 2020/S 132-325109


Section five. Award of contract

Contract No

5028 - 3946

Lot No

1

Title

Framework Agreement For the Provision of Modular/Pre-Fabricated Modular Buildings Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2021

five.2.2) Information about tenders

Number of tenders received: 3

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

five.2.3) Name and address of the contractor

Darwin Group

Shrewsbury

SY4 4EA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Merit Holdings Limited

Cramlington

NE23 7RY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Vanguard Healthcare Solutions

Gloucester

GL3 4AE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £100,000,000

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


Section five. Award of contract

Contract No

5028 - 3946

Lot No

2

Title

Framework Agreement For the Provision of Modular/Pre-Fabricated Modular Buildings Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2021

five.2.2) Information about tenders

Number of tenders received: 10

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

five.2.3) Name and address of the contractor

Darwin Group

Shrewsbury

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Merit Holdings Limited

Cramlington

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Vanguard Healthcare Solutions

Gloucester

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Extraspace Solutions

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Imaging Matters Limited

Leamington Spa

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

ModuleCo Healthcare Limited

Ellesmere Port

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

ModuleCo

Cheltenham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

MTX Contracts LTD

Handforth

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Premier Modular Ltd

Brandesburton

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Western Building Systems Ltd

Coalisland

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £100,000,000

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


Section five. Award of contract

Contract No

5028 - 3946

Lot No

3

Title

Framework Agreement For the Provision of Modular/Pre-Fabricated Modular Buildings Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2021

five.2.2) Information about tenders

Number of tenders received: 3

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

five.2.3) Name and address of the contractor

Darwin Group

Shrewsbury

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Merit Holdings Limited

Cramlington

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Vanguard Healthcare Solutions

Gloucester

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £100,000,000

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


Section six. Complementary information

six.3) Additional information

The purpose of this procurement is to facilitate, through a framework agreement, the provision of the design, manufacture, supply, installation and maintenance of various modular/pre-fabricated Buildings for use by the NHS and wider public sector bodies in the UK.

The estimated total value of contracts awarded under the framework agreement is estimated to be GBP 300 million. However, interested parties should note that the framework agreement is not a guarantee of work and the contracting authority makes no commitment by any party to the use of the agreement nor the estimated value.

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

The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

NHS Improvement: https://improvement.nhs.uk/

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

Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations

Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:

https://www.england.nhs.uk/stps/view-stps/

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

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

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

— General Medical Services (GMS),

— Personal Medical Services (PMS),

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

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

The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services — GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at:

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

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

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

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

six.4) Procedures for review

six.4.1) Review body

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

Leatherhead

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority incorporated a standstill period at the point of information on the award of the framework agreement was communicated to tenderers. That notification provided a full information on the award decision.

The standstill period was for a minimum of 10 calendar days provided time for unsuccessful tenderers to challenge the award decision before the framework agreement is concluded. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).