Public Buildings Construction and Infrastructure
A Modification Notice
by LHC FOR THE SCOTTISH PROCUREMENT ALLIANCE (SPA)
- Source
- Find a Tender
- Type
- Contract (Works)
- Duration
- 5.5 year
- Value
- £750M
- Sector
- CONSTRUCTION
- Published
- 10 Apr 2026
- Delivery
- 01 Oct 2021 to 30 Apr 2027
- Deadline
- n/a
Related Terms
Location
This framework covers the whole of Scotland, and this lot is further broken down into regional areas UKM5, UKM6, UKM7, UKM8 and UKM9
2 buyers
- LHC for the Scottish Procurement Alliance Livingston
13 suppliers
- Bancon Construction Banchory
- Clark Contracts Paisley
- Compass Building & Construction Services Inverness
- Galliford Try Construction Uxbridge
- Maxi Construction Livingston
- Robertson Construction Group Elgin
- Balfour Beatty Construction Edinburgh
- Bam Construction Glasgow
- CCG Scotland Cambuslang
- Tilbury Douglas Construction Livingston
- Kier Construction Glasgow
- M & J Group Construction & Roofing Kempston
- Morgan Sindall Construction & Infrastructure Manchester
Description
Modification allpies to ALL lots: New Build Only - Project Value Band 1 (0 to 2 million GBP) Refurbishment Only - Project Value Band 1 (0 to 2 million GBP) New Build and Refurbishment - Project Value Band 2 (2 to 7 million GBP) New Build, Refurbishment, and Infrastructure - Project Value Band 3 (7 to 14 million GBP) New Build, Refurbishment, and Infrastructure - Project Value Band 4 (14 to 25 million) New Build, Refurbishment, and Infrastructure - Project Value Band 5 (Projects over 25 million GBP) Covers the provision of extensions and new build works construction projects with a value of between 0 and 2 million GBP. Whilst this lot is primarily for the construction of new buildings or extensions it may also include refurbishment of existing buildings where required as part of the new build project to interface with an existing building. Typical building types are as follows (but not limited to) - Educational buildings - Healthcare buildings - Emergency service buildings such as fire stations, ambulance stations and police stations - Community buildings such as community centres and sports facilities - Offices and other buildings for social infrastructure. - Residential properties (when part of a mixed-use development ) - Delivery of student accommodation to education clients In addition, where required associated infrastructure works can be included in a project for this lot, but standalone infrastructure works cannot be delivered through this lot. Subject to the Public Contracts (Scotland) Regulations 2016, this framework can be used by any public sector body or organisation throughout Scotland including but not limited to Local Authorities, Education Authorities, Further Education Authorities, Academies, Police Authorities, Fire Authorities, Public Health Authorities, NHS trusts, Tenant Management Organisations and Registered Providers of social housing.
Ammendments to Previous Notice
2. Contract value
GBP 75,000,000 750,000,000
Award Detail
| 1 | Bancon Construction (Banchory)
|
| 2 | Clark Contracts (Paisley)
|
| 3 | Compass Building & Construction Services (Inverness)
|
| 4 | Galliford Try Construction (Uxbridge)
|
| 5 | Maxi Construction (Livingston)
|
| 6 | Robertson Construction Group (Elgin)
|
| 7 | Balfour Beatty Construction (Edinburgh)
|
| 8 | Bam Construction (Glasgow)
|
| 9 | CCG Scotland (Cambuslang)
|
| 10 | Tilbury Douglas Construction (Livingston)
|
| 11 | Kier Construction (Glasgow)
|
| 12 | M & J Group Construction & Roofing (Kempston)
|
| 13 | Morgan Sindall Construction & Infrastructure (Manchester)
|
CPV Codes
- 45000000 - Construction work
- 45211360 - Urban development construction work
- 45214230 - Special school construction work
- 45300000 - Building installation work
- 45210000 - Building construction work
- 45212322 - Theatre construction work
- 45400000 - Building completion work
- 45215141 - Operating theatre construction work
- 45212200 - Construction work for sports facilities
- 45211350 - Multi-functional buildings construction work
- 45216120 - Construction work for buildings relating to emergency services
- 45214400 - Construction work for university buildings
- 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
- 45215140 - Hospital facilities construction work
- 45212225 - Sports hall construction work
- 45214300 - Construction work for college buildings
- 45214200 - Construction work for school buildings
- 45216122 - Ambulance station construction work
- 45212170 - Entertainment building construction work
- 45216111 - Police station construction work
- 45216121 - Fire station construction work
- 45212100 - Construction work of leisure facilities
- 45221100 - Construction work for bridges
- 45214220 - Secondary school construction work
- 45214210 - Primary school construction work
- 45220000 - Engineering works and construction works
- 45200000 - Works for complete or part construction and civil engineering work
- 45212210 - Single-purpose sports facilities construction work
- 45215120 - Special medical building construction work
- 45214000 - Construction work for buildings relating to education and research
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45453100 - Refurbishment work
- 45453000 - Overhaul and refurbishment work
- 45450000 - Other building completion work
- 45213100 - Construction work for commercial buildings
Indicators
- Contract modified due to unforeseen circumstances.
Legal Justification
The need for this modification has arisen due to the operational and procurement complexities associated with developing and implementing the replacement framework (PB4). This includes undertaking appropriate market engagement, refining the procurement strategy, and ensuring the successor framework is structured to provide improved clarity and effectiveness for future call-offs. While LHCPG has acted diligently in progressing the renewal, the time required to complete a compliant procurement, has exceeded the original anticipated timeline. As a result, an extension is necessary to ensure continuity of service and to avoid any gap in provision. The modification is proportionate and strictly limited to the minimum period required to complete the procurement and implementation of the replacement framework, and does not alter the overall nature of the contract.
Other Information
LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Welsh Procurement Alliance, Scottish Procurement Alliance and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework. As of the date of publication of this notice our frameworks may be used by all contracting authorities in Scotland as defined by the Public Contracts (Scotland) Regulations 2016 and as listed on https://www.scottishprocurement.scot/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. Please note within some lots listed in section V there are a number of regional areas. For these lots the contractors awarded a position on the framework will have been appointed for one or more of the regional areas available within the lot, but may not be appointed in all regional areas within a lot. Under the terms of this framework the successfully appointed contractors will be required to required to deliver community benefits in support of the public body's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The community benefits included in this contract are: — to generate employment and training opportunities for priority groups, — vocational training, — to up-skill the existing workforce, — equality and diversity initiatives, — to make sub-contracting opportunities available to SMEs, the third sector and supported businesses, — supply-chain development activity, — to build capacity in community organisations, — educational support initiatives. Clients wishing to use the framework will need to refer to the further information and guidance document available for this framework which will be available on the LHC, SPA, WPA, CPC and SWPA websites, or request further information from a representative of the LHC group to identify the specific list of contractors appointed in each regional area within each lot. This framework will commence on 01 October 2021 and will last for a period of 48 months, ending on 30 September 2025. (SC Ref:827259)
Reference
- FTS 032850-2026