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