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.

Contract Notice

WMAS Oldbury 2022 Project

  • First published: 18 June 2020
  • Last modified: 18 June 2020

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:
Published by:
West Midlands Ambulance Service University NHS Foundation Trust
Authority ID:
AA78549
Publication date:
18 June 2020
Deadline date:
17 July 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

WMAS has a requirement for a works contract to facilitate a new building to accommodate its Operations, Hazardous Area Response Team (HART), Training and Distribution functions.

The requirement is for a turnkey package from suitably qualified developers to deliver a new building on a site envisaged as being between 4.5 — 8 acres in total area, to accommodate between 62 000 and 73 000 (approx.) ft2 of accommodation.

The required location of the proposed site is constrained by WMAS' baseline operational activity requirements for Ambulance 999 services and must meet the national guidelines for HART responses serving Birmingham City Centre and Birmingham International Airport. Further details of these constraints are included within the procurement pack accessible via the link in section I.3 of this notice.

Existing WMAS Ambulance Hub facilities are situated in the North East and South of the Greater Birmingham conurbation and are shown on the map included within the procurement pack. The baseline operational requirements within which WMAS has to operate therefore require the facility to be located on a site in the West of the conurbation, e.g. in the Sandwell/Oldbury area. The preferred location is to the west of the Birmingham City Centre and in close proximity to the M5 motorway. The location should be within a two mile radius of the point shown within the circled area on the map included in the procurement pack, whilst the preferred area has been identified within the target radius, WMAS is willing to consider sites immediately outside this area subject to there being good access to main arterial road networks and no restrictions via conflicting estate road layouts. However, it is anticipated sites beyond this two mile radius that do not have these characteristics will not be acceptable to deliver the appropriate operational response.

In the opinion of WMAS, such operational constraints therefore provide objective justification for the above level of specificity as to the location of the new facility being required.

WMAS will enter a lease for a period of 25 years upon completion of the building. WMAS will expect the cost of the site (if applicable), and the costs of the design and construction of the works to be fully rentalised over the term and be within the expected range of GBP 600 000-GBP 900 000 p.a.

Generic plans, specifications and room data sheets have been produced to reflect the concept and scope of the project which contain some project specifics summarised below:

— 24-hour access required;

— at least two vehicle entry points into the site (preferably on to different roads);

— a minimum of 350 car parking spaces;

— a minimum of 50 long-wheelbase ambulance parking bays;

— Breeam excellent design and construction;

— a bespoke design solution to accommodate offices, training rooms, vehicle preparation and fleet maintenance areas and a distribution warehouse. These generic plans, specifications and room data sheets are included within the procurement pack.

The distribution warehouse element of the scheme is under review and its possible omission is represented by option 2. The potential impact is a reduction in land area of up to one acre and a reduction in floor area of circa 11 000 ft2.

WMAS anticipates appointing a preferred developer during October 2020 with a view to the preferred developer submitting a planning application during November 2020. This is to enable the planning condition in the development agreement to be satisfied by March 2021.

Bidders are expected to develop the concept information into compliant designs which conform to the generic plans, specifications and room data sheets provided; which are appropriate for the site and which comply with all applicable requirements.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Midlands Ambulance Service University NHS Foundation Trust

Millennium Point, Waterfront Business Park, Waterfront Way, Dudley Road

Brierley Hill

DY5 1LZ

UK

Contact person: Laura Johnson

Telephone: +44 1384246601

E-mail: contracts@wmas.nhs.uk

NUTS: UKG3

Internet address(es)

Main address: www.wmas.nhs.uk

Address of the buyer profile: www.wmas.nhs.uk

I.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Brierley-Hill:-Ambulance-station-construction-work./9V5F3H2B4U


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

WMAS Oldbury 2022 Project

Reference number: 0360-20-W

II.1.2) Main CPV code

45216122

 

II.1.3) Type of contract

Works

II.1.4) Short description

West Midlands Ambulance Service University NHS Foundation Trust has a requirement for a works contract to facilitate a new building to accommodate it Operations, Hazardous Area Response Team (HART), Training and Distribution functions.

The requirement is for a turnkey package from suitably qualified developers to deliver a new building on a site envisaged as being between 4.5 and 8 acres in total area, to accommodate between 62 000 and 73 000 ft2 (approx.) of accommodation.

The required location of the facility is constrained by WMAS baseline operational activity requirements for Ambulance 999 services, and must, as regards its location, meet the national guidelines for HART responses serving Birmingham City Centre and Birmingham International Airport. More precise details of these constraints, including the national guidelines for HART responses, are included within the procurement pack accessible from WMAS via the link in section 1.3.

II.1.5) Estimated total value

Value excluding VAT: 20 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45200000

45210000

45216000

45216100

45216120

45216122

II.2.3) Place of performance

NUTS code:

UKG3


Main site or place of performance:

West Midlands.

II.2.4) Description of the procurement

WMAS has a requirement for a works contract to facilitate a new building to accommodate its Operations, Hazardous Area Response Team (HART), Training and Distribution functions.

The requirement is for a turnkey package from suitably qualified developers to deliver a new building on a site envisaged as being between 4.5 — 8 acres in total area, to accommodate between 62 000 and 73 000 (approx.) ft2 of accommodation.

The required location of the proposed site is constrained by WMAS' baseline operational activity requirements for Ambulance 999 services and must meet the national guidelines for HART responses serving Birmingham City Centre and Birmingham International Airport. Further details of these constraints are included within the procurement pack accessible via the link in section I.3 of this notice.

Existing WMAS Ambulance Hub facilities are situated in the North East and South of the Greater Birmingham conurbation and are shown on the map included within the procurement pack. The baseline operational requirements within which WMAS has to operate therefore require the facility to be located on a site in the West of the conurbation, e.g. in the Sandwell/Oldbury area. The preferred location is to the west of the Birmingham City Centre and in close proximity to the M5 motorway. The location should be within a two mile radius of the point shown within the circled area on the map included in the procurement pack, whilst the preferred area has been identified within the target radius, WMAS is willing to consider sites immediately outside this area subject to there being good access to main arterial road networks and no restrictions via conflicting estate road layouts. However, it is anticipated sites beyond this two mile radius that do not have these characteristics will not be acceptable to deliver the appropriate operational response.

In the opinion of WMAS, such operational constraints therefore provide objective justification for the above level of specificity as to the location of the new facility being required.

WMAS will enter a lease for a period of 25 years upon completion of the building. WMAS will expect the cost of the site (if applicable), and the costs of the design and construction of the works to be fully rentalised over the term and be within the expected range of GBP 600 000-GBP 900 000 p.a.

Generic plans, specifications and room data sheets have been produced to reflect the concept and scope of the project which contain some project specifics summarised below:

— 24-hour access required;

— at least two vehicle entry points into the site (preferably on to different roads);

— a minimum of 350 car parking spaces;

— a minimum of 50 long-wheelbase ambulance parking bays;

— Breeam excellent design and construction;

— a bespoke design solution to accommodate offices, training rooms, vehicle preparation and fleet maintenance areas and a distribution warehouse. These generic plans, specifications and room data sheets are included within the procurement pack.

The distribution warehouse element of the scheme is under review and its possible omission is represented by option 2. The potential impact is a reduction in land area of up to one acre and a reduction in floor area of circa 11 000 ft2.

WMAS anticipates appointing a preferred developer during October 2020 with a view to the preferred developer submitting a planning application during November 2020. This is to enable the planning condition in the development agreement to be satisfied by March 2021.

Bidders are expected to develop the concept information into compliant designs which conform to the generic plans, specifications and room data sheets provided; which are appropriate for the site and which comply with all applicable requirements.

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: 20 000 000.00  GBP

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

Start: 02/10/2020

End: 31/10/2022

This contract is subject to renewal: No

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

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

The numbers stated are generally accepted as being appropriate and manageable numbers of candidates to be invited to participate in competitive dialogue and the authority considers that such numbers are manageable in this instance.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

WMAS reserves the right to require those tenderers remaining in the procurement at final tender stage to submit two (2) final tenders based on their single development solution but alternative development options for WMAS, as follows:

Option 1 — a final tender based on the scheme as fully specified, to include distribution warehouse together with a dedicated goods entrance serving that warehouse at the rear of site for the specific purposes of deliveries to the distribution warehouse totalling circa 73 000 ft2. Lease term of 25 years; and

Option 2 — a final tender based on the scheme as specified MINUS distribution warehouse, but still having a secondary access for emergency vehicles totalling circa 62 000 ft2. Lease term of 25 years.

If WMAS pursues this option, it may select one of the two tenders submitted by one of the tenderers depending on the chosen scope of the scheme.

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

For the purpose of section II.1.5) and II.2.6), WMAS wishes to express the estimate total value of the contract has a range of between GBP 10 000 000 and GBP 20 000 000, based on the estimated rent to the successful developer under the lease into which the successful developer will be required to enter in respect of the site. WMAS expects the development cost to be wholly rentalised over the lease term.

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

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

Date: 17/07/2020

Local time: 12:00

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

Date: 24/07/2020

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The range of estimated values given in this notice may vary depending on the option to be selected by WMAS.

For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Brierley-Hill:-Ambulance-station-construction-work./9V5F3H2B4U

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9V5F3H2B4U

Go reference: GO-2020615-PRO-16735703

VI.4) Procedures for review

VI.4.1) Review body

West Midlands Ambulance Service University NHS Foundation Trust

Millennium Point, Waterfront Business Park, Waterfront Way, Dudley Road

Brierley hill

DY5 1LZ

UK

E-mail: contracts@wmas.nhs.uk

Internet address(es)

URL: www.wmas.nhs.uk

VI.4.2) Body responsible for mediation procedures

West Midlands Ambulance Service University NHS Foundation Trust

Unit 5 Lockside, Anchor Brook Industrial Park, Aldridge

Walsall

WS9 8BZ

UK

E-mail: contracts@wmas.nhs.uk

Internet address(es)

URL: www.wmas.nhs.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with chapter 6 of the Public Contracts Regulations 2015 (as amended).

VI.4.4) Service from which information about the review procedure may be obtained

West Midlands Ambulance Service University NHS Foundation Trust

Waterfront Business Park, Waterfront Way, Dudley Raod

Brierley Hill

DY5 1LZ

UK

E-mail: contracts@wmas.nhs.uk

VI.5) Date of dispatch of this notice

15/06/2020

Coding

Commodity categories

ID Title Parent category
45216122 Ambulance station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
45210000 Building construction work Works for complete or part construction and civil engineering work
45216120 Construction work for buildings relating to emergency services Construction work for buildings relating to law and order or emergency services and for military buildings
45216100 Construction work for buildings relating to law and order or emergency services Construction work for buildings relating to law and order or emergency services and for military buildings
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

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:
contracts@wmas.nhs.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.