Award

WDC Polegate and Willingdon Medical Centre - Main Contractor (ESPH692)

WEALDEN DISTRICT COUNCIL

This public procurement record has 2 releases in its history.

Award

03 Mar 2026 at 23:22

Tender

23 Sep 2025 at 10:50

Summary of the contracting process

Wealden District Council is overseeing a procurement process for the construction of a new medical centre in Polegate and Willingdon, located in Lower Willingdon, BN20 9NU at the Hindsland residential development. This project aims to consolidate two existing GP practices into a modern facility that adheres to NHS standards and features sustainable design elements like low carbon materials. The procurement stage is currently at the award phase, with Neilcott Construction Limited announced as the preferred supplier. The contract is valued at approximately £12,141,650 and is set to commence in March 2026, culminating in November 2027. While the competitive flexible procedure was employed, a selective procurement method ensured experienced contractors with relevant medical facility expertise were considered.

This tender is a substantial opportunity for businesses, particularly large construction firms with experience in delivering healthcare facilities. With a focus on sustainable building practices and the promise of a long-term project, companies can establish their presence in the growing primary care infrastructure sector. Firms adept in managing complex construction logistics and contract compliance stand the best chance of benefiting from this procurement, given the rigorous selection criteria that emphasise technical capability, environmental impact, and social value. The procurement process promotes growth for businesses able to meet stringent standards for quality and operational efficiency, thereby enhancing their portfolio in public sector projects.

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

Notice Title

WDC Polegate and Willingdon Medical Centre - Main Contractor (ESPH692)

Notice Description

Wealden District Council are seeking to appoint a suitable qualified and experienced main contractor for delivery of a new medical centre in Polegate and Willingdon to increase primary care infrastructure in the area. This is to be located at the new Hindsland residential development at Eastbourne Road, Lower Willingdon, BN20 9NU. The proposed medical centre was proposed as part of the planning application for the wider Hindsland residential development to provide a new, state-of-the-art primary care centre which would enable two existing Polegate GP practices - Downlands and Manor Park - to co-locate. The proposed medical facility will consolidate the undersized and outdated Downlands and Manor Park GP practices into a new primary care facility. The objective is to meet modern NHS standards for primary care provision, support the growing demand, both in terms of quality and volume, for medical services and enhance patient care by enabling increased capacity, accessibility and operational efficiency. The building will be approximately 2003m2 GIA and three storeys high, fully accessible, and offering a large car park for patients and staff along with ambulance bay and utility vehicles. The centre will also be delivered to BREAAM excellent standard. Features will include low carbon materials, solar panels and air source heat pumps for hot water, heating and cooling. Initially, the successful tenderer will be appointed under a Pre-Construction Services Agreement (PCSA). This agreement will enable the contractor to work collaboratively with the client team during the pre-construction phase. Subject to satisfactory performance under the PCSA and agreement on key terms (including price, programme, and risk allocation), the contractor may then be formally appointed under a construction contract to deliver the works. The form of contract will be JCT Design and Build 2016. A planned procurement notice has not been completed as the contracting authority does not wish to reduce the timescales of this tender.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059ffb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019248-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45000000 - Construction work

71220000 - Architectural design services

Notice Value(s)

Tender Value
£10,500,000 £10M-£100M
Lots Value
£10,500,000 £10M-£100M
Awards Value
£10,118,042 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
3 Mar 20261 months ago
Submission Deadline
10 Oct 2025Expired
Future Notice Date
Not specified
Award Date
3 Mar 20261 months ago
Contract Period
17 Mar 2026 - 1 Nov 2027 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WEALDEN DISTRICT COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HAILSHAM
Postcode
BN27 2AX
Post Town
Brighton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ22 East Sussex CC
Delivery Location
TLJ22 East Sussex CC

Local Authority
Wealden
Electoral Ward
Hailsham Central
Westminster Constituency
Sussex Weald

Supplier Information

Number of Suppliers
1
Supplier Name

NEILCOTT CONSTRUCTION

Further Information

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-059ffb-2026-03-03T23:22:14Z",
    "date": "2026-03-03T23:22:14Z",
    "ocid": "ocds-h6vhtk-059ffb",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXRN-7814-TGXG",
            "name": "Wealden District Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXRN-7814-TGXG"
            },
            "address": {
                "streetAddress": "Vicarage Lane",
                "locality": "Hailsham",
                "postalCode": "BN27 2AX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ22"
            },
            "contactPoint": {
                "name": "Stephen Bottomley",
                "email": "esph@wealden.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.wealden.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-01151561",
            "name": "Neilcott Construction Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "01151561"
            },
            "address": {
                "streetAddress": "Excel House, Cray Avenue",
                "locality": "Orpington",
                "postalCode": "BR5 3ST",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI61"
            },
            "contactPoint": {
                "email": "enquiries@neilcott.co.uk"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXRN-7814-TGXG",
        "name": "Wealden District Council"
    },
    "tender": {
        "id": "ocds-h6vhtk-059ffb",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "WDC Polegate and Willingdon Medical Centre - Main Contractor (ESPH692)",
        "description": "Wealden District Council are seeking to appoint a suitable qualified and experienced main contractor for delivery of a new medical centre in Polegate and Willingdon to increase primary care infrastructure in the area. This is to be located at the new Hindsland residential development at Eastbourne Road, Lower Willingdon, BN20 9NU. The proposed medical centre was proposed as part of the planning application for the wider Hindsland residential development to provide a new, state-of-the-art primary care centre which would enable two existing Polegate GP practices - Downlands and Manor Park - to co-locate. The proposed medical facility will consolidate the undersized and outdated Downlands and Manor Park GP practices into a new primary care facility. The objective is to meet modern NHS standards for primary care provision, support the growing demand, both in terms of quality and volume, for medical services and enhance patient care by enabling increased capacity, accessibility and operational efficiency. The building will be approximately 2003m2 GIA and three storeys high, fully accessible, and offering a large car park for patients and staff along with ambulance bay and utility vehicles. The centre will also be delivered to BREAAM excellent standard. Features will include low carbon materials, solar panels and air source heat pumps for hot water, heating and cooling. Initially, the successful tenderer will be appointed under a Pre-Construction Services Agreement (PCSA). This agreement will enable the contractor to work collaboratively with the client team during the pre-construction phase. Subject to satisfactory performance under the PCSA and agreement on key terms (including price, programme, and risk allocation), the contractor may then be formally appointed under a construction contract to deliver the works. The form of contract will be JCT Design and Build 2016. A planned procurement notice has not been completed as the contracting authority does not wish to reduce the timescales of this tender.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71220000",
                        "description": "Architectural design services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 12600000,
            "amount": 10500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Wealden District Council is conducting this Competitive Flexible Procedure over two stages: Stage 1: Conditions of participation Interested suppliers are invited to submit evidence of their suitability to deliver the contract. Suitability is defined within the Conditions of Participation set out within the documents and prospective suppliers must demonstrate their capabilities by providing by the closing date: - A completed Project Specific Questionnaire (PSQ) - 3-4 contract examples that demonstrate the required experience, as set out in the documents. All compliant submissions received before the closing date will be assessed against the Conditions of Participation. These Conditions of Participation include questions in respect of the following items that will be assessed on a pass/fail basis: - Economic and Financial Standing - Insurance Provision - Legal capability - GDPR compliance - Technical ability (contract examples) - Sub-contractor management - Health and safety - Quality management - Supply chain payments - Payment terms for public sector contracts - Payments for public and private sector contracts - Carbon reduction plan - Modern slavery statement The contract examples provided to evidence technical capability will be assessed against the council's minimum experience criteria. These criteria are: - At least two contracts must demonstrate the delivery of medical facilities e.g. hospitals, dental, care-homes, science lab etc. - At least two contracts where the supplier was appointed under a PCSA. - At least one contract delivered to BREAAM Excellent Suppliers that demonstrate this minimum experience within their case studies will achieve a pass, and will then have their contract examples evaluated against the selection criteria. The council's selection criteria requirements are and their relative weighting out of 100 are as follows: - Local supply chain (20) - Social value (5) - Capacity (20) - Environmental (10) - Programme (20) - Added Value (5) - Cost planning and budget control (20) Suppliers will be ranked according to their scores for their submitted contract examples, with the highest scoring five suppliers to be shortlisted to receive the Invitation to Tender. The council is under no obligation to shortlist to the maximum of five suppliers, and reserves the right to select a reduced shortlist. Stage 2: Invitation to Tender Shortlisted suppliers will receive the invitation to tender and will be required to submit a qualitative and pricing response by the response deadline. The tenders will be evaluated on a Cost and Quality split of 40:60 respectively. The award criteria and sub-criteria is as follows: - Method Statements (20) - - PCSA Phase (8) - - Construction Phase (8) - - Site Plan and Logistics (4) - Programme (8) - Resourcing (7) - - Key delivery team (4) - - Work packaging and resourcing (3) - Communication (5) - Environmental (10) - Social Value (10) - Cost (40) Note the evaluation criteria will be fully defined upon the publication of the 2nd stage tender where there may be changes to the wording, scoring criteria, and sub-criteria. All compliant submissions will be evaluated in accordance with the award criteria set out in this notice and in the procurement documents, with the most advantageous tender being the supplier who achieves the highest score. After the receipt and evaluation of tenders the Council reserves the right to seek clarification from any bidder about the contents of their submission. As part of the evaluation process the Council reserves the right to hold clarification meetings with some or all of the shortlisted tenderers. While the tender process, including Stage 1 and Stage 2 award criteria and weightings are set out in this notice and the published procurement documents, the council reserves the right to amend any element of the tender process, in accordance with Section 31 of the Procurement Act, 2023. Before entering into a contract with the winning supplier, the council reserves the right to hold a pre-contract award meeting. The purpose of this meeting will be to ensure all parties clearly understand the expectations of the contract, before formally signing."
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "submissionMethodDetails": "Submission must be made through the Council's e-tendering portal here: https://in-tendhost.co.uk/esph/aspx/Home",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-10-21T14:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-10-10T23:59:59+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-19T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 12600000,
                    "amount": 10500000,
                    "currency": "AED"
                },
                "awardCriteria": {
                    "weightingDescription": "Shortlisted suppliers will receive the invitation to tender and will be required to submit a qualitative and pricing response by the response deadline. The tenders will be evaluated on a Cost and Quality split of 40:60 respectively. The award criteria and sub-criteria is as follows: - Method Statements (20) - - PCSA Phase (8) - - Construction Phase (8) - - Site Plan and Logistics (4) - Programme (8) - Resourcing (7) - - Key delivery team (4) - - Work packaging and resourcing (3) - Communication (5) - Environmental (10) - Social Value (10) - Cost (40) Note the evaluation criteria will be fully defined upon the publication of the 2nd stage tender where there may be changes to the wording, scoring criteria, and sub-criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "description": "Shortlisted suppliers will receive the invitation to tender and will be required to submit a qualitative and pricing response by the response deadline. The tenders will be evaluated on a Cost and Quality split of 40:60 respectively. The award criteria and sub-criteria is as follows: - Method Statements (20) - - PCSA Phase (8) - - Construction Phase (8) - - Site Plan and Logistics (4) - Programme (8) - Resourcing (7) - - Key delivery team (4) - - Work packaging and resourcing (3) - Communication (5) - Environmental (10) - Social Value (10) - Cost (40) Note the evaluation criteria will be fully defined upon the publication of the 2nd stage tender where there may be changes to the wording, scoring criteria, and sub-criteria."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-09T00:00:00+00:00",
                    "endDate": "2027-11-30T23:59:59+00:00"
                }
            }
        ],
        "documents": [
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "The Stage 1 conditions of participation document and supporting information will be made available via the council's eProcurement Portal, In-Tend. The Council's procurement portal is available here: https://in-tendhost.co.uk/esph/aspx/Home"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "058839-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/058839-2025",
                "datePublished": "2025-09-23T11:50:09+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-01151561",
                        "name": "Neilcott Construction Limited"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "date": "2026-03-03T00:00:00+00:00",
            "value": {
                "amountGross": 12141650.58,
                "amount": 10118042.15,
                "currency": "GBP"
            },
            "mainProcurementCategory": "works",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-01151561",
                    "name": "Neilcott Construction Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "45000000",
                            "description": "Construction work"
                        },
                        {
                            "scheme": "CPV",
                            "id": "71220000",
                            "description": "Architectural design services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKJ22",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-03-12T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-03-17T00:00:00+00:00",
                "endDate": "2027-11-01T23:59:59+00:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "019248-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/019248-2026",
                    "datePublished": "2026-03-03T23:22:14Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-03-03T00:00:00+00:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-17T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}