South Northamptonshire Council: Joint Leisure Management Contract with Development Opportunities

  South Northamptonshire Council has published this notice through Delta eSourcing

Notice Summary
Title: Joint Leisure Management Contract with Development Opportunities
Notice type: Contract Notice
Authority: South Northamptonshire Council
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: Leisure Management of Towcester Centre for Leisure, Brackley Leisure Centre and Brackley Swimming Pool in Northamptonshire and Woodgreen Leisure Centre in Banbury Oxfordshire. Includes development opportunities for New Brackley Swimming Pool co located at Brackley Leisure Centre and Dryside Refurbishment at Woodgreen Leisure Centre. This contract is divided into three lots. Please see contract documents for further details.
Published: 20/02/2015 14:37

View Full Notice

UK-Towcester: Recreational, cultural and sporting services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      South Northamptonshire Council
      Springfields, Towcester, NN12 6AE, United Kingdom
      Tel. +44 1295221714, Fax. +44 1327353871, Email: sharon.bolton@cherwellandsouthnorthants.gov.uk, URL: www.southnorthants.gov.uk
      Contact: Joint Procurement Team, Attn: Sharon Bolton

      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
      Environment
      Health
      Recreation, culture and religion

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

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

         Region Codes: UKF23 - Northamptonshire         
      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. Construction work of leisure facilities. Leisure centre construction work. Leisure Management of Towcester Centre for Leisure, Brackley Leisure Centre and Brackley Swimming Pool in Northamptonshire and Woodgreen Leisure Centre in Banbury Oxfordshire. Includes development opportunities for New Brackley Swimming Pool co located at Brackley Leisure Centre and Dryside Refurbishment at Woodgreen Leisure Centre. This contract is divided into three lots. Please see contract documents for further details.
         
      II.1.6)Common Procurement Vocabulary:
         92000000 - Recreational, cultural and sporting services.
         
         45212100 - Construction work of leisure facilities.
         
         45212110 - Leisure centre construction work.
         

      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: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      South Northamptonshire Council and Cherwell District Council are seeking one or more specialist Leisure Operators with whom those contracting authorities can establish respective long term partnerships to deliver quality sports and leisure services to their residents and visitors to their areas. The preferred supplier(s) will bring proven operating practices and procedures, and financial capacity and commercial acumen. Lot 1) Leisure Management 18 years plus investment contract for Woodgreen Leisure Centre, based in Banbury, Oxfordshire. Cherwell District Council has identified potential capital funding up to £1.2 million for dry side redevelopment at Woodgreen Leisure Centre.. Lot 2) Leisure Management 18 year contract for Brackley Leisure Centre, Towcester Centre for Leisure and Brackley Swimming Pool, all based in South Northamptonshire.Lot 3) Design, Build, Operate and Maintain (DBOM) of Brackley Leisure Centre (SNC), Towcester Centre for Leisure (SNC), Brackley Swimming Pool (SNC). South Northamptonshire Council wishes to procure a new 25m swimming pool co-located at Brackley Leisure Centre. Mandatory Variant Lifecycle Bids and Mandatory Variant Bids for full Utilities Tariff and Consumption Risk Transfer will be required for tenders submitted for all or any lot. Please see contract documents for further details.      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/04/2016
         Completion: 31/03/2034

   Information About Lots
            
      Lot No: 1
      Title: Lot 1

      1)Short Description:      
      Leisure Management plus investment contract for Woodgreen Leisure Centre, based in Banbury, Oxfordshire. Cherwell District Council has identified potential capital funding of up to £1.2 million for dry side redevelopment at Woodgreen Leisure Centre.

      2)Common Procurement Vocabulary:
         92000000 - Recreational, cultural and sporting services.
         
      3)Quantity Or Scope:      
      Mandatory Variant Lifecycle Bids will be required for any tender submitted. Mandatory Variant Utility Tariff and Consumption Bids will be required for any tender submitted.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Lot 2

      1)Short Description:      
      Leisure Management Contract for Brackley Leisure Centre, Towcester Centre for Leisure and Brackley Swimming Pool all based in South Northamptonshire.

      2)Common Procurement Vocabulary:
         92000000 - Recreational, cultural and sporting services.
         
      3)Quantity Or Scope:      
      Mandatory Variant Lifecycle Bids will be required for any tender submitted. Mandatory Variant Utilities Tariff and Consumption Bids will be required for any tender submitted.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3
      Title: Lot 3

      1)Short Description:      
      Design, Build, Operate and Maintain (DBOM) of Brackley Leisure Centre (SNC), Towcester Centre for Leisure (SNC), Brackley Swimming Pool (SNC)..

      2)Common Procurement Vocabulary:
         92000000 - Recreational, cultural and sporting services.
                  45212100 - Construction work of leisure facilities.
                  45212110 - Leisure centre construction work.
         
      3)Quantity Or Scope:      
      South Northamptonshire Council wishes to procure a new 25m swimming pool co located to Brackley Leisure Centre. Mandatory Variant Lifecycle Bids will be required for any tender submitted. Mandatory Variant Utilies Tariff and Consumption Bids will be required for any tender submitted.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Parent Company Guarantee or Performance Bond may be required.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details will be provided in PQQ and Inviation to Tender documents. Please refer to the information provided within the contract decription of this notice for further information.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Providers will need to have single legal entity status.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Particular conditions to which the performance of the contract is subject will be set out in the 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.

      Information and formalities necessary for evaluating if requirements are met: In accordance with Articles 45 and 46 of Directive 2004/18/EC and regulation 23 of the Public Contracts Regulations 2006 and as set out in the tender documents available from the address given in section 1.1 above      
      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:
         In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the tender documents available from the address given in section 1.1 above.         
         Minimum Level(s) of standards possibly required:
         Further details will be contained in the tender documents issued to any applicant wishing to tender for the services described in this contract notice.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Articles 48 - 50 of Directive 2004/18/EC and regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documents issued to any applicant wishing to tender for the services described in this contract.         
         Minimum Level(s) of standards possibly required:
         Further details will be contained in the tender documents issued to any applicant wishing to tender for the services described in this contract notice.      
      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: Yes
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: 3 and maximum number: 6         
         Objective Criteria for choosing the limited number of candidates:
         Please refer to the PQQ for full information on how the limited number of candidates will be chosen.      
      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: 27/03/2015
      Time-limit for receipt of requests for documents or for accessing documents: 13:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 03/04/2015
         Time: 13:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 01/05/2015      
      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: 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, and the contract will be awarded on the basis of the most economically advantageous tender. Any Lot awarded to a succesful provider may be the subject of a separate with South Northamptonshire Council and/or Cherwell District Council.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=127148959
GO-2015220-PRO-6382938 TKR-2015220-PRO-6382937
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      N/A
      United Kingdom

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 20/02/2015

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      N/A
      N/A, N/A, United Kingdom

View any Notice Addenda

View Award Notice

UK-Towcester: Recreational, cultural and sporting services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       South Northamptonshire Council
       The Forum, Towcester, NN12 6AD, United Kingdom
       Tel. +44 1295221714, Fax. +44 1327353871, Email: sharon.bolton@cherwellandsouthnorthants.gov.uk
       Contact: Joint Procurement Team
       Main Address: http://www.southnorthants.gov.uk
       NUTS Code: UKJ14

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Joint Leisure Management Contract with Development Opportunities            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         92000000 - Recreational, cultural and sporting services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Leisure Management of Towcester Centre for Leisure, Brackley Leisure Centre and Brackley Swimming Pool in Northamptonshire and Woodgreen Leisure Centre in Banbury Oxfordshire. Includes development opportunities for New Brackley Swimming Pool co located at Brackley Leisure Centre and Dryside Refurbishment at Woodgreen Leisure Centre. This contract is divided into three lots. Please see contract documents for further details.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 900,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1   
      Lot No:1

      II.2.2) Additional CPV code(s):
            92000000 - Recreational, cultural and sporting services.
            45212100 - Construction work of leisure facilities.
            45212110 - Leisure centre construction work.


      II.2.3) Place of performance
      Nuts code:
      UKJ14 - Oxfordshire
   
      Main site or place of performance:
      Oxfordshire
             

      II.2.4) Description of the procurement: Leisure Management plus investment contract for Woodgreen Leisure Centre, based in Banbury, Oxfordshire. Cherwell District Council has identified potential capital funding of up to £1.2 million for dry side redevelopment at Woodgreen Leisure Centre.

      II.2.5) Award criteria:
      Quality criterion - Name: Services / Weighting: 40
      Quality criterion - Name: Technical / Weighting: 20
      Quality criterion - Name: Commercial / Weighting: 20
                  
      Cost criterion - Name: Affordability / Weighting: 20
            

      II.2.11) Information about options
         Options: No
         

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive Dialogue


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Parkwood Leisure Limited
             Attwood House, Worcester, United Kingdom
             NUTS Code: UKG12
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 900,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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, and the contract will be awarded on the basis of the most economically advantageous tender. Any Lot awarded to a succesful provider may be the subject of a separate with South Northamptonshire Council and/or Cherwell District Council.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=198803536

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court England and Wales
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 10/05/2016