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

Development Partner / Operator for a Wellness Hotel in Llanelli

  • First published: 17 April 2024
  • Last modified: 17 April 2024

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-133034
Published by:
Carmarthenshire County Council
Authority ID:
AA0281
Publication date:
17 April 2024
Deadline date:
22 May 2024
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

Carmarthenshire County Council wishes to appoint a partner (or partners) to operate a new Wellness Hotel in Llanelli on its behalf. CPV: 55000000, 55100000, 55300000, 55900000, 55110000, 55120000, 55130000, 45212411, 55000000, 45000000, 45212000.

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: Peter Edwards

Telephone: +44 1267234567

E-mail: pedwards@carmarthenshire.gov.uk

NUTS: UKL14

Internet address(es)

Main address: https://www.carmarthenshire.gov.wales

Address of the buyer profile: https://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:

https://etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://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

Development Partner / Operator for a Wellness Hotel in Llanelli

II.1.2) Main CPV code

55000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Carmarthenshire County Council wishes to appoint a partner (or partners) to operate a new Wellness Hotel in Llanelli on its behalf.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

55100000

55300000

55900000

55110000

55120000

55130000

45212411

55000000

45000000

45212000

II.2.3) Place of performance

NUTS code:

UKL14


Main site or place of performance:

Llanelli, Carmarthenshire

II.2.4) Description of the procurement

Carmarthenshire County Council wishes to appoint a partner (or partners) to operate a new Wellness Hotel in Llanelli on its behalf.

The Council will be following the Competitive Dialogue procedure for this exercise, pursuant to Regulation 30 of the the Public Contracts Regulations 2015 (PCR 2015).

The proposed Hotel site forms part of the Pentre Awel masterplan but is subject to a separate outline planning application. The site is located at Machynys, Llanelli, is accessible from the B4304 Coastal Link Road and adjoins the Machynys Peninsula Golf & Country Club. The development site is supported by an excellent transport network and is served by the London to Fishguard strategic rail corridor, M4 motorway and 7 mile (11km) Millennium Coastal Path for walking/cycling. Pentre Awel comprises four developable zones across 83 acres of land that will coalesce to create a unique ecosystem for health and life sciences. It is anticipated that on completion of the 4 zones, the development will create 1,800 jobs over a 15 year time horizon and a GVA contribution of 467m GBP.

The Council is open to proposals on how this hotel could be occupied and operated. For example, a sale of the land to the hotel operator to develop, own and operate would be considered. The Council would consider developing the hotel and granting a lease to the hotel operator, or would also consider a management contract model whereby the Council would develop and own the building and appoint a management company (hotel operator) to operate the hotel business on its behalf. The Council is not committed to any particular model.

The proposed hotel must be a minimum 4-star rating to reflect the desired quality and range of amenities to be provided. It needs to maximise its natural setting and minimise its environmental impact. This is in keeping with the design principles for Zone 1 which has been landscape-led and sought to ‘bring the outside in’ to promote positive mental wellbeing.

The facilities and activities offered within the Wellness Hotel should be underpinned by the ‘6 Pillars of Wellness’ outlined by the Coastal Tourism Academy to maximise opportunity and attract primary and secondary wellness tourists/consumers:

1. Spa and Beauty

2. Health

3. Physically Active

4. Active Outdoors

5. Learning & Development

6. Cultural

It is expected that a hotel operator would propose its own range of facilities and activities in line with its corporate offer. However, based on market and internal research we would expect the Wellness Hotel to have high quality architecture and design and include (but not limited to) the following indicative range of facilities:

- Up to 120 beds

- A quality all-day restaurant and bar

- Spa facilities

- Function / conference facility

- Smaller meeting rooms

- Holistic Therapies/Treatments

- Health monitoring

- Lifestyle programmes (personal ‘health check’)

- Indoor hotel pool

- Sports and fitness

The site allocated for hotel development is in very close proximity to Machynys Golf club, the first Nicklaus designed golf course in Wales.

The Council welcomes amendments to these proposals and/or alternative proposals as part of the dialogue process.

II.2.5) Award criteria

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

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:

Duration of the management agreement is anticipated to be in the region of 15 to 25 years.

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

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

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) - 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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to 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.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/05/2024

Local time: 14:00

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

Date: 24/06/2024

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 via the eTenderWales portal. To assist you in locating this opportunity on the eTenderWales port, the project code is: project_53978.

The Council 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 which expresses an interest in, or tenders for, this opportunity. Following consideration of solutions presented in dialogue, the Council reserves the right to structure its requirements in such a way as to offer the most cost effective, sustainable solution.

The Council also reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process.

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=133034

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:

Carmarthenshire County Council is committed to promoting Social Value through its policies, strategies, and services, thus achieving the best value for money in the widest sense. The aim is to build stronger communities, reduce social exclusion and poverty and encourage the development of the economy.

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:133034)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

17/04/2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
55110000 Hotel accommodation services Hotel services
45212411 Hotel construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
55120000 Hotel meeting and conference services Hotel services
55100000 Hotel services Hotel, restaurant and retail trade services
55000000 Hotel, restaurant and retail trade services Other Services
55130000 Other hotel services Hotel services
55300000 Restaurant and food-serving services Hotel, restaurant and retail trade services
55900000 Retail trade services Hotel, restaurant and retail trade 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.

About the buyer

Main contact:
pedwards@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.