Opportunity

New Build Ambulance Operations Hub (Bury St Edmunds)

  • East of England Ambulance Service NHS Trust

F02: Contract notice

Notice reference: 2021/S 000-022337

Published 8 September 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

East of England Ambulance Service NHS Trust

Lakeview House, Priory Business Park, Fraser Road

Bedford

MK44 3WH

Contact

Rebecca Brumpton

Email

tenders@eastamb.nhs.uk

Telephone

+44 1234672009

Country

United Kingdom

NUTS code

UKH - East of England

Internet address(es)

Main address

https://www.eastamb.nhs.uk/

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

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

New Build Ambulance Operations Hub (Bury St Edmunds)

Reference number

21-T10

two.1.2) Main CPV code

  • 45216100 - Construction work for buildings relating to law and order or emergency services

two.1.3) Type of contract

Works

two.1.4) Short description

The East of England Ambulance Service NHS Trust (EEAST) has a requirement for a works contract to facilitate a new building to accommodate its Make Ready Hub facility for the Bury St Edmunds area.

Make Ready is a staff friendly, vehicle preparation and cleaning programme that aims to maximise availability of resources for patients, while minimising risks to cleanliness, and critical equipment and vehicle failures. This Hub is the critical enabling infrastructure that will support EEAST’s ability to meet patient needs today and in the future. Make Ready Hubs have staff well-being and sustainability with future proofing ingrained within their purpose.

This Hub is a central reporting Hub, meaning that staff across the catchment area will begin and end their shifts there. It is the first of at least 10 that will be built in this style.

The requirement is for a turnkey package from suitably qualified developers/funders to deliver a new building on an existing 2-acre site currently owned by EEAST located at 5 Fortress Way, Suffolk Park, Bury St Edmonds, Suffolk, IP32 7FQ to accommodate some 2,800 (approx.) square metres of accommodation (Facility).

Existing EEAST Ambulance facilities are shown on the map included within the set of documents produced by EEAST relating to the description of the Facility, its location and any other requirements (Procurement Pack).

EEAST will enter into a lease for a period of either 25 or 30 years upon completion of the Facility. EEAST will expect the cost of the site and the costs of the design and construction of the works to be fully rentalised over the term and be within the expected range of £500,000-700,000 p.a.

Certain project specifics are summarised below and are fundamental to the requirements of EEAST:

• A minimum gross internal floor area of 2,800m2 as detailed in the project plans and specification;

• A minimum of 143 car parking spaces, subject to planning;

• A minimum of 33 long-wheelbase ambulance parking bays and 4 RRV parking bays;

• BREEAM Excellent Design and Construction;

• A bespoke design solution to accommodate offices, training rooms, vehicle preparation and fleet maintenance areas. The design should conform to the internal building layouts, site configuration and design requirements described within the detailed plans, outline specification and room data sheets; and

• The final design solution should be operationally appropriate for the Facility and should comply with all applicable statutory, legal and EEAST requirements.

The Facility will operate 24 hours a day and seven days a week throughout the year.

EAST anticipates appointing a preferred developer during January 2022 with a view to the preferred developer submitting a planning application during March 2022. This is to enable the planning condition in the development agreement to be satisfied by May 2022.

two.1.5) Estimated total value

Value excluding VAT: £18,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45216100 - Construction work for buildings relating to law and order or emergency services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

Bury St Edmunds, Suffolk, IP32 7FQ

two.2.4) Description of the procurement

The East of England Ambulance Service NHS Trust (EEAST) has a requirement for a works contract to facilitate a new building to accommodate its Make Ready Hub facility for the Bury St Edmunds area.

Make Ready is a staff friendly, vehicle preparation and cleaning programme that aims to maximise availability of resources for patients, while minimising risks to cleanliness, and critical equipment and vehicle failures. This Hub is the critical enabling infrastructure that will support EEAST’s ability to meet patient needs today and in the future. Make Ready Hubs have staff well-being and sustainability with future proofing ingrained within their purpose.

This Hub is a central reporting Hub, meaning that staff across the catchment area will begin and end their shifts there. It is the first of at least 10 that will be built in this style.

The requirement is for a turnkey package from suitably qualified developers/funders to deliver a new building on an existing 2-acre site currently owned by EEAST located at 5 Fortress Way, Suffolk Park, Bury St Edmonds, Suffolk, IP32 7FQ to accommodate some 2,800 (approx.) square metres of accommodation (Facility).

Existing EEAST Ambulance facilities are shown on the map included within the set of documents produced by EEAST relating to the description of the Facility, its location and any other requirements (Procurement Pack).

EEAST will enter into a lease for a period of either 25 or 30 years upon completion of the Facility. EEAST will expect the cost of the site and the costs of the design and construction of the works to be fully rentalised over the term and be within the expected range of £500,000-700,000 p.a.

Certain project specifics are summarised below and are fundamental to the requirements of EEAST:

• A minimum gross internal floor area of 2,800m2 as detailed in the project plans and specification;

• A minimum of 143 car parking spaces, subject to planning;

• A minimum of 33 long-wheelbase ambulance parking bays and 4 RRV parking bays;

• BREEAM Excellent Design and Construction;

• A bespoke design solution to accommodate offices, training rooms, vehicle preparation and fleet maintenance areas. The design should conform to the internal building layouts, site configuration and design requirements described within the detailed plans, outline specification and room data sheets; and

• The final design solution should be operationally appropriate for the Facility and should comply with all applicable statutory, legal and EEAST requirements.

The Facility will operate 24 hours a day and seven days a week throughout the year.

EAST anticipates appointing a preferred developer during January 2022 with a view to the preferred developer submitting a planning application during March 2022. This is to enable the planning condition in the development agreement to be satisfied by May 2022.

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: £18,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 April 2022

End date

5 April 2053

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

The SQ will be evaluated in accordance with the evaluation methodology and process set out in the SQ document.

The highest ranking four Potential Suppliers based on the four highest scores for the scored parts of SQ responses will be invited to take part in the next stage of the procurement.

In the event of a tie between two or more Suppliers for 4th place, the Authority then reserves the right to take through both (or all if there are more than two) tied suppliers which may increase the number of shortlisted Suppliers to more than four. However, the Authority does not intend to take more than 4 bidders thought to ISFT

In the event that there are fewer than four suitably qualified Potential Suppliers (i.e., fewer than four Potential Suppliers pass Stages 1 to 5) the Authority may take through fewer than four suitably qualified Potential Suppliers provided that there is a sufficient number of Potential Suppliers to ensure genuine competition

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

See Selection Questionnaire and Invitation to Participate in Dialogue

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

See Selection Questionnaire and Invitation to Participate in Dialogue


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 October 2021

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

East of England Ambulance Service NHS Trust

Lakeview House, Priory Business Park, Fraser Road

Bedford

MK44 3WH

Country

United Kingdom