Cheltenham Borough Council: Provision of Leisure Management

  Cheltenham Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Provision of Leisure Management
Notice type: Contract Notice
Authority: Cheltenham Borough Council
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: The Forest of Dean is situated in the south west corner of Gloucestershire with a population of approximately 82,000. There are a number of market towns throughout the district including Lydney, Coleford, Cinderford and Newent.Like most others across the country, the Council faces an increasingly difficult financial situation and the need to make the best possible return on its investment in the services it offers is paramount. It has an ambition to realise savings of approximately £120,000 from its leisure provision whilst at the same time sustaining or enhancing the offer. The Council has a Capital Strategy which seeks to maximise the impact on the community at a time when our revenue spending is being cut back; help create an economic stimulus; and create returns above capital funds invested in a suppressed money market. The Council is therefore open to ‘invest to save’ initiatives which may help achieve the saving required through increased income generation, as opposed to service reductions.The contract is for the management of leisure centres within the Forest of Dean district, of which there are currently five - all of which are dual use.•Forest Leisure Cinderford•Forest Leisure Coleford•Forest Leisure Lydney•Forest Leisure Newent•Forest Leisure SedburyThe Council enjoys good working relationships with all of the educational providers involved in this joint use provision.All of the above facilities are currently managed in-house.Tenderers should note that:Forest Leisure Coleford operates under a tripartite joint use agreement (JUA) between this Council, Gloucestershire College (GlosCol) and Lakers school. Given that GlosCol propose to relocate the Forest Campus, a mutual termination of the JUA was agreed in December 2013. Notionally this will be effective from 31 March 2015, although the parties have agreed flexibility on this date.Any future leisure provision for Coleford remains the subject of an ongoing community led project. The scope of involvement, if any, of our selected delivery partner will form part of the dialogue process.It is proposed that the contract be for a minimum period of ten years with an option to extend by up to a further five years at the end of the initial term.The Council considers that the Transfer of Undertakings (Protection of Employment) Regulations will be applicable to this procurement. It will also require that the successful Contractor will retain the Local Government Pension Scheme (LGPS) or a broadly comparable pension provision for all existing employees.A contract award date of 01 April 2015 is the aim.The Council intends to follow the Competitive Dialogue Process outlined in the EU Procurement Directives for this tender process. The Council's reason for choosing this particular procurement route is to allow prospective tenderers the opportunity to propose innovative service delivery options to reduce costs and increase service quality.
Published: 06/10/2014 15:20

View Full Notice

UK-Gloucester: Recreational, cultural and sporting services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Forest of Dean District Council
      High Street, Coleford, Gloucester, GL16 8HG, United Kingdom
      Tel. +44 1285623324, Email: richard.pratley@cotswold.gov.uk, URL: www.fdean.gov.uk
      Contact: Business Partner Procurement, Attn: Richard Pratley

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision of Leisure Management
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 26

         Region Codes: UKK13 - Gloucestershire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Recreational, cultural and sporting services. The Forest of Dean is situated in the south west corner of Gloucestershire with a population of approximately 82,000. There are a number of market towns throughout the district including Lydney, Coleford, Cinderford and Newent.Like most others across the country, the Council faces an increasingly difficult financial situation and the need to make the best possible return on its investment in the services it offers is paramount. It has an ambition to realise savings of approximately £120,000 from its leisure provision whilst at the same time sustaining or enhancing the offer. The Council has a Capital Strategy which seeks to maximise the impact on the community at a time when our revenue spending is being cut back; help create an economic stimulus; and create returns above capital funds invested in a suppressed money market. The Council is therefore open to ‘invest to save’ initiatives which may help achieve the saving required through increased income generation, as opposed to service reductions.The contract is for the management of leisure centres within the Forest of Dean district, of which there are currently five - all of which are dual use.•Forest Leisure Cinderford•Forest Leisure Coleford•Forest Leisure Lydney•Forest Leisure Newent•Forest Leisure SedburyThe Council enjoys good working relationships with all of the educational providers involved in this joint use provision.All of the above facilities are currently managed in-house.Tenderers should note that:Forest Leisure Coleford operates under a tripartite joint use agreement (JUA) between this Council, Gloucestershire College (GlosCol) and Lakers school. Given that GlosCol propose to relocate the Forest Campus, a mutual termination of the JUA was agreed in December 2013. Notionally this will be effective from 31 March 2015, although the parties have agreed flexibility on this date.Any future leisure provision for Coleford remains the subject of an ongoing community led project. The scope of involvement, if any, of our selected delivery partner will form part of the dialogue process.It is proposed that the contract be for a minimum period of ten years with an option to extend by up to a further five years at the end of the initial term.The Council considers that the Transfer of Undertakings (Protection of Employment) Regulations will be applicable to this procurement. It will also require that the successful Contractor will retain the Local Government Pension Scheme (LGPS) or a broadly comparable pension provision for all existing employees.A contract award date of 01 April 2015 is the aim.The Council intends to follow the Competitive Dialogue Process outlined in the EU Procurement Directives for this tender process. The Council's reason for choosing this particular procurement route is to allow prospective tenderers the opportunity to propose innovative service delivery options to reduce costs and increase service quality.
         
      II.1.6)Common Procurement Vocabulary:
         92000000 - Recreational, cultural and sporting services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 1
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 60
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 120 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As detailed within the Invitation to Tender documents.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed within the Pre-Qualification Questionnaire.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed within the Pre-Qualification Questionnaire.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 2 and maximum number: 6         
         Objective Criteria for choosing the limited number of candidates:
         As detailed within the Pre-Qualification and the subsequent Invitation to Participate in Dialogue.      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 04/11/2014
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 07/11/2014
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=115170575
GO-2014106-PRO-6068378 TKR-2014106-PRO-6068377
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Forest of Dean District Council
      High Street, Coleford, GL16 8HG, United Kingdom
      Tel. +44 1594810000, URL: wwww.fdean.gov.uk

      Body responsible for mediation procedures:
               Forest of Dean District Council
         High Street, Coleford, GL16 8HG, United Kingdom
         Tel. +44 1594810000, URL: www.fdean.gov.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Forest of Dean District Council
      High Street, Coleford, GL16 8HG, United Kingdom
      Tel. +44 1594810000, URL: www.fdean.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 06/10/2014

ANNEX A

View any Notice Addenda

Provision of Leisure Management

UK-Gloucester: Recreational, cultural and sporting services.

Section I: Contracting Authority
   Title: UK-Gloucester: Recreational, cultural and sporting services.
   I.1)Name, Addresses And Contact Point(s)
      Forest of Dean District Council
      High Street, Coleford, Gloucester, GL16 8HG, United Kingdom
      Tel. +44 1285623324, Email: richard.pratley@cotswold.gov.uk, URL: www.fdean.gov.uk
      Contact: Business Partner Procurement, Attn: Richard Pratley
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Provision of Leisure Management
      II.1.2)Short description of the contract or purchase:
      Recreational, cultural and sporting services. The Forest of Dean is situated in the south west corner of Gloucestershire with a population of approximately 82,000. There are a number of market towns throughout the district including Lydney, Coleford, Cinderford and Newent.Like most others across the country, the Council faces an increasingly difficult financial situation and the need to make the best possible return on its investment in the services it offers is paramount. It has an ambition to realise savings of approximately £120,000 from its leisure provision whilst at the same time sustaining or enhancing the offer. The Council has a Capital Strategy which seeks to maximise the impact on the community at a time when our revenue spending is being cut back; help create an economic stimulus; and create returns above capital funds invested in a suppressed money market. The Council is therefore open to ‘invest to save’ initiatives which may help achieve the saving required through increased income generation, as opposed to service reductions.The contract is for the management of leisure centres within the Forest of Dean district, of which there are currently five - all of which are dual use.•Forest Leisure Cinderford•Forest Leisure Coleford•Forest Leisure Lydney•Forest Leisure Newent•Forest Leisure SedburyThe Council enjoys good working relationships with all of the educational providers involved in this joint use provision.All of the above facilities are currently managed in-house.Tenderers should note that:Forest Leisure Coleford operates under a tripartite joint use agreement (JUA) between this Council, Gloucestershire College (GlosCol) and Lakers school. Given that GlosCol propose to relocate the Forest Campus, a mutual termination of the JUA was agreed in December 2013. Notionally this will be effective from 31 March 2015, although the parties have agreed flexibility on this date.Any future leisure provision for Coleford remains the subject of an ongoing community led project. The scope of involvement, if any, of our selected delivery partner will form part of the dialogue process.It is proposed that the contract be for a minimum period of ten years with an option to extend by up to a further five years at the end of the initial term.The Council considers that the Transfer of Undertakings (Protection of Employment) Regulations will be applicable to this procurement. It will also require that the successful Contractor will retain the Local Government Pension Scheme (LGPS) or a broadly comparable pension provision for all existing employees.A contract award date of 01 April 2015 is the aim.The Council intends to follow the Competitive Dialogue Process outlined in the EU Procurement Directives for this tender process. The Council's reason for choosing this particular procurement route is to allow prospective tenderers the opportunity to propose innovative service delivery options to reduce costs and increase service quality.
      
      II.1.3)Common procurement vocabulary:
      92000000 - Recreational, cultural and sporting services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Competitive Dialogue       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 143470
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 06/10/2014
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: IV.3.4 Time limit for receipt of tenders or requests to participate            
            Instead of: 07/11/2014 Time: 17:00
            Read: 10/11/2014 Time: 17:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=117367035
GO-20141024-PRO-6114098 TKR-20141024-PRO-6114097

      VI.5)Date of dispatch: 24/10/2014
Provision of Leisure Management

UK-Gloucester: Recreational, cultural and sporting services.

Section I: Contracting Authority
   Title: UK-Gloucester: Recreational, cultural and sporting services.
   I.1)Name, Addresses And Contact Point(s)
      Forest of Dean District Council
      High Street, Coleford, Gloucester, GL16 8HG, United Kingdom
      Tel. +44 1285623324, Email: richard.pratley@cotswold.gov.uk, URL: www.fdean.gov.uk
      Contact: Business Partner Procurement, Attn: Richard Pratley
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Provision of Leisure Management
      II.1.2)Short description of the contract or purchase:
      Recreational, cultural and sporting services. The Forest of Dean is situated in the south west corner of Gloucestershire with a population of approximately 82,000. There are a number of market towns throughout the district including Lydney, Coleford, Cinderford and Newent.Like most others across the country, the Council faces an increasingly difficult financial situation and the need to make the best possible return on its investment in the services it offers is paramount. It has an ambition to realise savings of approximately £120,000 from its leisure provision whilst at the same time sustaining or enhancing the offer. The Council has a Capital Strategy which seeks to maximise the impact on the community at a time when our revenue spending is being cut back; help create an economic stimulus; and create returns above capital funds invested in a suppressed money market. The Council is therefore open to ‘invest to save’ initiatives which may help achieve the saving required through increased income generation, as opposed to service reductions.The contract is for the management of leisure centres within the Forest of Dean district, of which there are currently five - all of which are dual use.•Forest Leisure Cinderford•Forest Leisure Coleford•Forest Leisure Lydney•Forest Leisure Newent•Forest Leisure SedburyThe Council enjoys good working relationships with all of the educational providers involved in this joint use provision.All of the above facilities are currently managed in-house.Tenderers should note that:Forest Leisure Coleford operates under a tripartite joint use agreement (JUA) between this Council, Gloucestershire College (GlosCol) and Lakers school. Given that GlosCol propose to relocate the Forest Campus, a mutual termination of the JUA was agreed in December 2013. Notionally this will be effective from 31 March 2015, although the parties have agreed flexibility on this date.Any future leisure provision for Coleford remains the subject of an ongoing community led project. The scope of involvement, if any, of our selected delivery partner will form part of the dialogue process.It is proposed that the contract be for a minimum period of ten years with an option to extend by up to a further five years at the end of the initial term.The Council considers that the Transfer of Undertakings (Protection of Employment) Regulations will be applicable to this procurement. It will also require that the successful Contractor will retain the Local Government Pension Scheme (LGPS) or a broadly comparable pension provision for all existing employees.A contract award date of 01 April 2015 is the aim.The Council intends to follow the Competitive Dialogue Process outlined in the EU Procurement Directives for this tender process. The Council's reason for choosing this particular procurement route is to allow prospective tenderers the opportunity to propose innovative service delivery options to reduce costs and increase service quality.
      
      II.1.3)Common procurement vocabulary:
      92000000 - Recreational, cultural and sporting services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Competitive Dialogue       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 143470
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 06/10/2014
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction
Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: IV.3.4 Time limit for receipt of tenders or requests to participate            
            Instead of: 10/11/2014 Time: 17:00
            Read: 12/11/2014 Time: 12:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=119305518
GO-20141111-PRO-6152958 TKR-20141111-PRO-6152957

      VI.5)Date of dispatch: 11/11/2014

View Award Notice