Opportunity

Tender for the Provision of Sport and Leisure Services at Swansea Bay Sports Park

  • Swansea University
  • City and County of Swansea Council

F02: Contract notice

Notice reference: 2025/S 000-000892

Published 10 January 2025, 3:31pm



Section one: Contracting authority

one.1) Name and addresses

Swansea University

Procurement, Finance, Level 7 Farady. Swansea University, Singleton Park

Swansea

SA2 8PP

Email

procurement@swansea.ac.uk

Telephone

+44 179205678

Country

United Kingdom

NUTS code

UKL18 - Swansea

Internet address(es)

Main address

https://www.swansea.ac.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0345

one.1) Name and addresses

City and County of Swansea Council

Swansea

Email

procurement@swansea.ac.uk

Country

United Kingdom

NUTS code

UKL18 - Swansea

Internet address(es)

Main address

https://www.swansea.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=

one.2) Information about joint procurement

The contract involves joint procurement

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tender for the Provision of Sport and Leisure Services at Swansea Bay Sports Park

Reference number

SU56(25)

two.1.2) Main CPV code

  • 92000000 - Recreational, cultural and sporting services

two.1.3) Type of contract

Services

two.1.4) Short description

Swansea University and the City and County of Swansea Council (together the "Partners") shall establish a Joint Venture ("JVCo") to operate the Swansea Bay Sports Park ("SBSP"). The expectation is that the SBSP will then be managed by a third party operator under contract to the JVCo.

The Partners are looking to procure an operator to be appointed by the JVCo for the management of the SBSP. The scope of the operator contract will be for all of the facilities within the SBSP to include as the Mandatory Service (MS):

- Wales National Pool

- Sports Centre

- Athletics and Hockey facilities including AGP and Grass Pitches

- KGV fields

There will be a bidders day for interested parties on Monday 3 February 2025 if you wish to attend please do so through the portal.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 39222000 - Catering supplies
  • 45212290 - Repair and maintenance work in connection with sports facilities
  • 50000000 - Repair and maintenance services
  • 55520000 - Catering services
  • 70332200 - Commercial property management services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 92610000 - Sports facilities operation services
  • 92622000 - Sports-event organisation services

two.2.3) Place of performance

NUTS codes
  • UKL18 - Swansea

two.2.4) Description of the procurement

Competitive Procedure with Negotiation in accordance with regulation 29 of the Public Contracts Regulations 2015

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Price - Weighting: 55

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

Start date

1 April 2026

End date

31 March 2037

This contract is subject to renewal

Yes

Description of renewals

This contract is subject to renewal: after 10 years

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

Envisaged minimum number: 3

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Minimum standards and qualification details set out in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in tender documentation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.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

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

14 February 2025

Local time

1:00pm

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

7 March 2025

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

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=147248

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:

As set out in tender documents.

(WA Ref:147248)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom