Loading page content…
Loading page content…
Loading contract search results…
Loading contract details…
| Source: | Find a Tender Service (FTS) |
| Notice Type: | Tender notice |
| Buyer: | LHC |
| Main Category: | Works |
| Procurement Method: | Open procedure |
| Tender Status: | Complete |
| Estimated Value (ex. VAT): | £600,000,000 |
| Release Date: | 19 August 2022 |
| Application Deadline: | 14 October 2022 |
| Procurement ID (OCID): | ocds-h6vhtk-03130f |
| Notice Reference: | 023069-2022 |
All 6 notices for this procurement, oldest first.
Modern Methods of Construction (MMC) New Homes Framework NH3
Earlier notices predate the Procurement Act 2023 (commenced 24 Feb 2025) and therefore don't carry UK1–UK17 codes.
LHC is seeking interest from suitable organisations for our Modern Methods of Construction (MMC) New Homes Framework (NH3). This is a national framework and is being procured on behalf of: LHC South-West Procurement Alliance (SWPA) Consortium Procurement Construction (CPC) Scottish Procurement Alliance (SPA) 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 bidders can apply for. As follows: Workstream 1 - Three Dimensional (3D) Modular Systems - Category 1 Workstream 2 - Two Dimensional (2D) Panelised Systems - Category 2 Workstream 3 - Main Contractors Delivering MMC Solutions - Lots 11-17 Workstream 4 - Groundworks and Site preparation for MMC Housing Projects - Lot 18 To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for. Economic and financial standing: Bidders will be required to meet a minimum turnover requirement for each lot (please refer to ITT). LHC will conduct a financial assessment. This assessment will allow LHC to carry out a robust assessment of a Bidders' financial standing. The assessment will have 2 stages: 1) Credit score - LHC will use Creditsafe to carry out initial checking of a Bidders' financial status. 2) 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. Bidders will be required to have the following minimum levels of insurance: All lots except lot 9 & 18 Employers (Compulsory) Liability Insurance: £5,000,000 Public Liability Insurance: £5,000,000 Professional Indemnity Insurance: £2,000,000 Lots 9 & 18 Employers (Compulsory) Liability Insurance: £5,000,000 Public Liability Insurance: £5,000,000 Technical requirements: Bidders are required to have the following: All Bidders: Health & Safety ISO 45001 (please refer to ITT for accepted equivalents) Lots 1-7, 8, 10, 11-17: Environmental Management ISO 14001 (please refer to ITT for accepted equivalents) Quality Management ISO 9001 (please refer to ITT for accepted equivalents)
Document pack· 1 file
Pipeline status
Not addedContract imported automatically · AI writes the response
Application Deadline
14 October 2022
Closed
Estimated Value
£600,000,000
Need help writing this bid?
Our specialists write winning tender responses. Free consultation, no obligation.
Book a free consultation →