Strategic Estate Partner - New Ambulance Facilities (Ангилья - Тендер #50445655) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 50445655 Дата публикации: 20-01-2024 Источник тендера: Sell2Wales – Government´s Initiative |
||
East of England Ambulance Service NHS Trust
Ambulance Headquarters
Melbourn
SG8 6NA
UK
Contact person: Mel Johnson
Telephone: +44 7521266413
E-mail: melanie.johnson@eastamb.nhs.uk
NUTS: UKH
Internet address(es)
Main address: http://www.eastamb.nhs.uk
Address of the buyer profile: https://eoecph.bravosolution.co.uk/eastamb/
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://eoecph.bravosolution.co.uk/eastamb/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://eoecph.bravosolution.co.uk/eastamb/
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://eoecph.bravosolution.co.uk/eastamb/
Body governed by public law
I.5) Main activityHealth
Section II: Object II.1) Scope of the procurement II.1.1) TitleStrategic Estate Partner - New Ambulance Facilities
Reference number: 23-T19
II.1.2) Main CPV code45216122
II.1.3) Type of contractWorks
II.1.4) Short descriptionThe East of England Ambulance Service NHS Trust (the “Trust”) is about to embark on an ambitious project to enter into a long-term arrangement with a Strategic Estate Partner (“SEP”) to build and finance new ambulance hubs and Emergency Operation Centre facilities at a number of sites across the East of England region. At the heart of the partnership will be innovation, a journey towards net zero carbon emissions and a collaborative approach to deliver outstanding facilities.
Bidders will be asked how they would identify sites and bring forward business cases (under the strategic partnership agreement) for developments in locations in its East of England region.
The Trust appreciates much of the work to be conducted by the SEP will be done at risk and will look to streamline the procurement with a shortlist of exceptional bidders (3).
In terms of duration, the SEP will operate for an initial period of ten years, with the option to extend the arrangement for a further five years. It is anticipated that leases in respect of each completed site will have a duration of between 20-30 years.
[919 characters]
II.1.5) Estimated total valueValue excluding VAT: 220 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)70110000
70112000
71240000
71241000
71242000
71247000
71248000
71250000
71251000
71311300
73220000
79411100
90712100
II.2.3) Place of performanceNUTS code:
UKH
Main site or place of performance:
East of England
II.2.4) Description of the procurementThe Trust wishes to appoint a Strategic Estates Partner (“SEP”). The appointment of a SEP, contrasted to individual site-by-site procurements, is the Trust’s response to the market’s appetite for large scale projects and, in turn, allows it to benefit from cohesive cross-body team structures and economies of scale. At the heart of the partnership should be innovation, a journey towards net zero carbon emissions and a collaborative approach to deliver outstanding ambulance hubs and Emergency Operation Centre facilities across the East, to scale up the operational power of one of the nation’s most vital emergency services.
Bidders will be asked how they would identify sites and bring forward business cases (under the strategic partnership agreement) for developments in the locations in its East of England region.
The Key Objectives of the SEP are:
(i) to identify sites and offer innovative and cost-effective business cases for those sites, subject to business cases being accepted by the Trust;,
(ii) to provide high-quality site locations, to be assessed using the Trust’s proximity and layout criteria;
(iii) to construct exceptional facilities to be rentalised over a 20-30 year (approx.) period; and
(iv) to work in a genuine partnership to achieve the goals of the Trust both present and future.
The Trust appreciates much of the work to be conducted by the SEP will be done at risk and will look to streamline the procurement with a shortlist of exceptional bidders (3).
In terms of duration, the SEP will operate for an initial period of ten years, with the option to extend the arrangement for a further five years. It is anticipated that leases in respect of each completed site will have a duration of between 20-30 years.
[1462 characters]
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 220 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: Yes
Description of renewals:
The SEP will operate for an initial period of ten (10) years, with the option to extend for a further five (5) years.
II.2.9) Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Further information can be found in the procurement documents which are available via the Portal.
II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Bidders which are subsequently successful in this procurement exercise may be required to actively participate in the achievement of social and/or environmental objectives. Accordingly, contract performance conditions may relate in particular to social, environmental or other corporate social responsibility considerations. Further details will be set out in the procurement documents.
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureCompetitive dialogue
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information IV.2.1) Previous publication concerning this procedureNotice number in the OJ S:
2022/S 000-028177
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 19/02/2024
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 17/01/2024
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.3) Additional informationBidders may wish to note that the Trust conducted a pre-market engagement exercise prior to launching this opportunity, which enabled the Trust to develop its thinking in terms of the key areas to be addressed during the procurement process and how the procedure should be structured. The Trust conducted a webinar, considered responses to a short questionnaire and one to one consultations with selected developers who responded to the questionnaire and whose response benefitted from further clarification. The Trust has considered the informative and helpful feedback provided by those who participated in this activity and has incorporated such feedback into the design of this process. Bidders may also wish to note that participation in the pre-market engagement exercise is not a pre-requisite for being considered for this opportunity and if of interest, copies of the documentation issued during this phase is available for download on the Portal.
The Trust believes that face to face interaction with Bidders will be an important part of this procurement process, in light of some of the issues which will need to be further navigated with bidders. The Trust has therefore opted to utilise the Competitive Dialogue Procedure in respect of this procurement. However, the Trust would state that the procedure has been designed to operate a truncated and efficient negotiation process, with the aim of reducing the burden on bidders to the greatest extent possible. Bidders should refer to the procurement documents for further details in this regard.
Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by the Trust at any time.
The Trust reserves the right at any time to:
i) reject any or all responses and to cancel or withdraw this procurement at any stage;
ii) award a contract without prior notice;
iii) change the basis, the procedures and the timescales set out or referred to within the procurement documents;
iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);
v) terminate the procurement process; and
vi) amend the terms and conditions of the selection and evaluation process.
[2080 characters]
VI.4) Procedures for review VI.4.1) Review bodyHigh Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
Telephone: +44 2079477882
Internet address(es)
URL: http://www.justice.gov.uk
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
Any review proceedings should be promptly brought to the attention of the Chief-Executive Officer of East of England Ambulance Services, Ambulance Headquarters, Whiting Way, Melbourn, SG8 6NA and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015 ("PCR 2015"). Any review proceedings must be brought within the timescales specified by the applicable law, including, without limitation, PCR 2015. In accordance with PCR 2015, The University will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to bidders.
VI.5) Date of dispatch of this notice17/01/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | melanie.johnson@eastamb.nhs.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 45216122 | Ambulance station construction work | Construction work for buildings relating to law and order or emergency services and for military buildings |
| 71251000 | Architectural and building-surveying services | Architectural, engineering and surveying services |
| 71240000 | Architectural, engineering and planning services | Architectural and related services |
| 71250000 | Architectural, engineering and surveying services | Architectural and related services |
| 79411100 | Business development consultancy services | General management consultancy services |
| 73220000 | Development consultancy services | Research and development consultancy services |
| 70112000 | Development of non-residential real estate | Development services of real estate |
| 70110000 | Development services of real estate | Real estate services with own property |
| 71241000 | Feasibility study, advisory service, analysis | Architectural, engineering and planning services |
| 71311300 | Infrastructure works consultancy services | Civil engineering consultancy services |
| 71242000 | Project and design preparation, estimation of costs | Architectural, engineering and planning services |
| 71247000 | Supervision of building work | Architectural, engineering and planning services |
| 71248000 | Supervision of project and documentation | Architectural, engineering and planning services |
| 90712100 | Urban environmental development planning | Environmental planning |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |