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
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
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