Section one: Contracting authority
one.1) Name and addresses
East of England Ambulance Service NHS Trust
Ambulance Headquarters
Melbourn
SG8 6NA
Contact
Mel Johnson
melanie.johnson@eastamb.nhs.uk
Telephone
+44 7521266413
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
Buyer's address
https://eoecph.bravosolution.co.uk/eastamb/
one.3) Communication
The 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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://eoecph.bravosolution.co.uk/eastamb/
Tenders or requests to participate must be submitted to the above-mentioned 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/
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
Strategic Estate Partner - New Ambulance Facilities
Reference number
23-T19
two.1.2) Main CPV code
- 45216122 - Ambulance station construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The 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]
two.1.5) Estimated total value
Value excluding VAT: £220,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70110000 - Development services of real estate
- 70112000 - Development of non-residential real estate
- 71240000 - Architectural, engineering and planning services
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
- 71247000 - Supervision of building work
- 71248000 - Supervision of project and documentation
- 71250000 - Architectural, engineering and surveying services
- 71251000 - Architectural and building-surveying services
- 71311300 - Infrastructure works consultancy services
- 73220000 - Development consultancy services
- 79411100 - Business development consultancy services
- 90712100 - Urban environmental development planning
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
East of England
two.2.4) Description of the procurement
The 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]
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £220,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration 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.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged 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.
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-028177
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 February 2024
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 January 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Bidders 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]
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 2079477882
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise 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.