Tender

Strategic Estate Partner - New Ambulance Facilities

EAST OF ENGLAND AMBULANCE SERVICE NHS TRUST

This public procurement record has 2 releases in its history.

Tender

17 Jan 2024 at 21:37

Planning

07 Oct 2022 at 07:59

Summary of the contracting process

The East of England Ambulance Service NHS Trust is seeking a Strategic Estate Partner to build and finance new ambulance hubs and Emergency Operation Centre facilities in the East of England region. The Trust plans to enter into a long-term agreement with the partner, focusing on innovation, sustainability, and collaboration. The procurement process will involve a Competitive Dialogue Procedure, offering opportunities for businesses to engage in a truncated negotiation process. With a contract value of £220 million GBP, the Trust aims to operate a partnership for an initial ten-year period, with potential extensions.

This tender presents opportunities for businesses in the construction and development sectors to participate in a strategic partnership with the Trust. Suitable businesses will need to demonstrate expertise in identifying sites, developing business cases, and constructing high-quality facilities. The procurement process is intended to streamline engagement with a shortlist of exceptional bidders, emphasising cost-effectiveness, innovation, and long-term partnerships. Prospective bidders should refer to the Trust's procurement documents for detailed information on submission criteria and selection processes.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Strategic Estate Partner - New Ambulance Facilities

Notice 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]

Lot Information

Lot 1

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]

Renewal: The SEP will operate for an initial period of ten (10) years, with the option to extend for a further five (5) years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0373b1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001677-2024
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

70 - Real estate services

71 - Architectural, construction, engineering and inspection services

73 - Research and development services and related consultancy services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45216122 - Ambulance station construction work

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

Notice Value(s)

Tender Value
£220,000,000 £100M-£1B
Lots Value
£220,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Jan 20242 years ago
Submission Deadline
19 Feb 2024Expired
Future Notice Date
28 Nov 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
EAST OF ENGLAND AMBULANCE SERVICE NHS TRUST
Additional Buyers

EAST OF ENGLAND AMBULANCE SERVICE

Contact Name
Mel Johnson
Contact Email
melanie.johnson@eastamb.nhs.uk
Contact Phone
+44 7521266413

Buyer Location

Locality
MELBOURN
Postcode
SG8 6NA
Post Town
Stevenage
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH4 Cambridgeshire and Peterborough
Small Region (ITL 3)
TLH42 Cambridgeshire CC
Delivery Location
TLH East (England)

Local Authority
South Cambridgeshire
Electoral Ward
Melbourn
Westminster Constituency
South Cambridgeshire

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0373b1-2024-01-17T21:37:39Z",
    "date": "2024-01-17T21:37:39Z",
    "ocid": "ocds-h6vhtk-0373b1",
    "description": "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]",
    "initiationType": "tender",
    "tender": {
        "id": "23-T19",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Strategic Estate Partner - New Ambulance Facilities",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45216122",
            "description": "Ambulance station construction work"
        },
        "mainProcurementCategory": "works",
        "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]",
        "value": {
            "amount": 220000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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]",
                "status": "active",
                "value": {
                    "amount": 220000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The SEP will operate for an initial period of ten (10) years, with the option to extend for a further five (5) years."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Further information can be found in the procurement documents which are available via the Portal."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "70110000",
                        "description": "Development services of real estate"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70112000",
                        "description": "Development of non-residential real estate"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71240000",
                        "description": "Architectural, engineering and planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71241000",
                        "description": "Feasibility study, advisory service, analysis"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71247000",
                        "description": "Supervision of building work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71248000",
                        "description": "Supervision of project and documentation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71250000",
                        "description": "Architectural, engineering and surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71251000",
                        "description": "Architectural and building-surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73220000",
                        "description": "Development consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79411100",
                        "description": "Business development consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90712100",
                        "description": "Urban environmental development planning"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH"
                    },
                    {
                        "region": "UKH"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "East of England"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-11-28T00:00:00Z",
            "atypicalToolUrl": "https://eoecph.bravosolution.co.uk/eastamb/"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://eoecph.bravosolution.co.uk/eastamb/",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "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."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2024-01-17T00:00:00Z"
        },
        "tenderPeriod": {
            "endDate": "2024-02-19T17:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-65416",
            "name": "East of England Ambulance Service",
            "identifier": {
                "legalName": "East of England Ambulance Service"
            },
            "address": {
                "streetAddress": "Ambulance Headquarters, Whiting Way",
                "locality": "Melbourn",
                "region": "UKH",
                "postalCode": "SG8 6NA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mel Johnson",
                "telephone": "+44 7521266413",
                "email": "melanie.johnson@eastamb.nhs.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.eastamb.nhs.uk/",
                "buyerProfile": "https://eoecph.bravosolution.co.uk/eastamb/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-102766",
            "name": "East of England Ambulance Service NHS Trust",
            "identifier": {
                "legalName": "East of England Ambulance Service NHS Trust"
            },
            "address": {
                "streetAddress": "Ambulance Headquarters",
                "locality": "Melbourn",
                "region": "UKH",
                "postalCode": "SG8 6NA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mel Johnson",
                "telephone": "+44 7521266413",
                "email": "melanie.johnson@eastamb.nhs.uk",
                "url": "https://eoecph.bravosolution.co.uk/eastamb/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.eastamb.nhs.uk",
                "buyerProfile": "https://eoecph.bravosolution.co.uk/eastamb/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-935",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079477882"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.justice.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-102766",
        "name": "East of England Ambulance Service NHS Trust"
    },
    "language": "en"
}