Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Llanelli Wellness and Life Science Project Development Partnership

  • First published: 10 July 2017
  • Last modified: 10 July 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-067229
Published by:
Carmarthenshire County Council
Authority ID:
AA0281
Publication date:
10 July 2017
Deadline date:
09 August 2017
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Llanelli Wellness and Life Science Project was established in May 2016 with the aim of integrating economic development, education, wellness initiatives, research and development, business development and healthcare initiatives to deliver transformational economic and social benefits. The Llanelli Wellness and Life Science Village (The Village) development will be located in Delta Lakes, an area within the Llanelli Waterside South area of the Llanelli Waterside Joint Venture. The Authority wishes to find a partner or partners with whom it will undertake the delivery of the Llanelli Wellness and Life Science Project. The project could be structured as a partnering development arrangement or through a joint venture or any other incorporated or unincorporated structure. The Authority is not committed to any particular structure. The structure for this project will be discussed in dialogue and proposals for the most effective structure are welcomed as part of the dialogue process. CPV: 70110000, 66122000, 85100000, 85300000, 79993000, 45000000, 70000000, 70310000, 71000000, 50700000, 73000000, 66000000, 66100000, 79400000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Carmarthenshire County Council

County Hall

Carmarthen

SA31 1JP

UK

Contact person: Dr Sharon Burford

E-mail: wellnessvillage@carmarthenshire.gov.uk

NUTS: UKL14

Internet address(es)

Main address: www.carmarthenshire.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0281

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.etenderwales.bravosolution.co.uk


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:

www.etenderwales.bravosolution.co.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Llanelli Wellness and Life Science Project Development Partnership

II.1.2) Main CPV code

70110000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Llanelli Wellness and Life Science Project was established in May 2016 with the aim of integrating economic development, education, wellness initiatives, research and development, business development and healthcare initiatives to deliver transformational economic and social benefits.

The Llanelli Wellness and Life Science Village (The Village) development will be located in Delta Lakes, an area within the Llanelli Waterside South area of the Llanelli Waterside Joint Venture.

The Authority wishes to find a partner or partners with whom it will undertake the delivery of the Llanelli Wellness and Life Science Project. The project could be structured as a partnering development arrangement or through a joint venture or any other incorporated or unincorporated structure. The Authority is not committed to any particular structure. The structure for this project will be discussed in dialogue and proposals for the most effective structure are welcomed as part of the dialogue process.

II.1.5) Estimated total value

Value excluding VAT: 250 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

66122000

85100000

85300000

79993000

45000000

70000000

70310000

71000000

50700000

73000000

66000000

66100000

79400000

II.2.3) Place of performance

NUTS code:

UKL14

II.2.4) Description of the procurement

The Authority wishes to find a partner or partners with whom it will undertake the delivery of the Llanelli Wellness and Life Science Project. The project could be structured as a partnering development arrangement or through a joint venture or any other incorporated or unincorporated structure. The structure for this project will be discussed in dialogue and proposals for the most effective structure are welcomed as part of the dialogue process.

The Authority's core aspirations for the project are as follows:

— To develop the identified land surrounding Delta Lakes, freehold title to which is held by the Authority, in accordance with the Authority's Masterplan and in doing so to deliver the social, economic and wellbeing goals of the project.

— To manage the delivery of the project over the period of the build.

— To identify income earning potential and opportunities for the project and over a longer period to develop and deliver such income streams and to share profits.

— To take advantage of City Deal funding which may be available to fund the delivery of the project.

The Authority welcomes proposals for the delivery of these core aspirations as part of the dialogue.

It is anticipated that:

— The Wellness Hub, which includes leisure, aquatic, reception and information services and the Institute of Life Science and Training elements of the Community Health Hub and other designated business development facilities will be delivered(*) by the Authority and by the appointment of providers from its existing contractor frameworks although the management of those facilities may be undertaken by the joint venture partner/s.(*although the Authority is open to discuss all aspects being delivered by the appointed partner depending on external funding eligibility matters being addressed).

— The remaining development elements of the scheme (“DP Elements”), of which many have income earning potential or saleable value, will be delivered by the partnership and the cost of delivery will be offset by the sale, leasing or exploitation of the residential and commercial opportunities arising from within the village development

— The Authority will achieve market value for the transfer of any land, where transfer is required for the delivery of the scheme.

— The successful partner/s will share the goals of the Authority whilst bringing expertise in the exploitation of commercial opportunities within the relevant fields of health, education, leisure, commercial and residential development.

— Day to day control of the delivery of development proposals will rest with the appropriate partner, and each partner will be expected to value-engineer and optimise plot values in respect of the elements of the scheme for which it is responsible.

— Should a joint venture vehicle be established, it will adopt, within its Business Plan and constitution, policies for governance risk management, audit, procurement strategy, social value and value for money protocols to reflect a well-managed high quality organisation.

— The project will be structured in a manner which is State aid compliant.

— Depending on the structure settled on, it is possible that a joint venture vehicle could be deemed a ‘contracting authority’ for the purposes of public procurement rules and/or a ‘public authority’ for the purposes of the Freedom of Information Act 2000.

The Authority welcomes proposals and/or alternative proposals as part of the dialogue.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 250 000 000.00  GBP

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

Duration in months: 180

This contract is subject to renewal: Yes

Description of renewals:

Bidders may submit proposals for discussion re: an option to extend/longer term, where they believe this would demonstrate value for money or other advantages for the Authority.

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

Envisaged number of candidates: 3

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The duration may be extended (see Section II.2.7)and/or other parcels of land may become available- both to be discussed in dialogue.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Variants will only be permitted to the extent (if at all) invited in the interim or final tender documents

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

List and brief description of conditions:

As set out in the pre-qualification questionnaire

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Selection criteria as set out in the procurement documents


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as set out in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in outline in the procurement documents and to be developed through the dialogue stage.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.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

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 055-101695

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

Date: 09/08/2017

Local time: 14:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 28/08/2017

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

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Carmarthenshire County Council will be conducting this procurement exercise through the Value Wales e-Tendering portal. This can be found at www.etenderwales.bravosolution.co.uk, all information may be downloaded and returned though this channel. To assist you in locating these opportunities on the BRAVO E Procurement System the project code is: project_36555

The Authority is the sole contracting authority and will enter into any contractual arrangements with the successful bidder. There are other stakeholders in the project including Swansea University, Hywel Dda University Health Board and Abertawe Bro Morgannwg University Health Board.

The Authority reserves the final right to follow what it considers to be the most appropriate solution to its requirements and will not meet any costs incurred by any party in responding to this tender. Following consideration of solutions presented in dialogue, the Authority reserves the right to structure its requirements in such a way as to offer the most cost effective, sustainable solution.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=67229

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

The Authority endeavours to achieve sustainable development outcomes from all its activities and is committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, the successful partner(s) will be expected to consider innovative opportunities (to include recruiting /training long term unemployed persons as part of the workforce; work with local schools and colleges; engage with local communities; etc). Specific requirements will be developed through the dialogue stage.

(WA Ref:67229)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.5) Date of dispatch of this notice

06/07/2017

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
66100000 Banking and investment services Financial and insurance services
79993000 Building and facilities management services Miscellaneous business-related services
70310000 Building rental or sale services Real estate agency services on a fee or contract basis
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
45000000 Construction work Construction and Real Estate
66122000 Corporate finance and venture capital services Investment banking services and related services
70110000 Development services of real estate Real estate services with own property
66000000 Financial and insurance services Finance and Related Services
85100000 Health services Health and social work services
70000000 Real estate services Construction and Real Estate
50700000 Repair and maintenance services of building installations Repair and maintenance services
73000000 Research and development services and related consultancy services Research and Development
85300000 Social work and related services Health and social work services

Delivery locations

ID Description
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
10 July 2017
Deadline date:
09 August 2017 00:00
Notice type:
02 Contract Notice
Authority name:
Carmarthenshire County Council
Publication date:
23 July 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Carmarthenshire County Council

About the buyer

Main contact:
wellnessvillage@carmarthenshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.