Section one: Contracting authority
one.1) Name and addresses
West Northamptonshire Council Leisure Operating Contract
One Angel Square, Angel Street
Northampton
NN1 1ED
procurement@westnorthants.gov.uk
Country
United Kingdom
NUTS code
UKF24 - West Northamptonshire
Internet address(es)
Main address
https://www.westnorthants.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/wnc/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/wnc/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
West Northamptonshire Council Leisure Operating Contract
Reference number
WNC00000351
two.1.2) Main CPV code
- 92610000 - Sports facilities operation services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is inviting tenders from suitable partners who wish to be considered to manage and operate the Authority’s Leisure Services. The successful Provider will be responsible for managing and operating the following 6 Leisure facilities: - Daventry Leisure Centre- Moulton Leisure Centre- Daventry Sports Park- Danes Camp Leisure Centre- Mounts Baths - Lings Forum Leisure CentreA more in depth description can be found in II.2.4 of this Contract Notice.
two.1.5) Estimated total value
Value excluding VAT: £140,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45212290 - Repair and maintenance work in connection with sports facilities
- 92610000 - Sports facilities operation services
- 79993000 - Building and facilities management services
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
Main site or place of performance
West Northamptonshire
two.2.4) Description of the procurement
West Northamptonshire Council is inviting tenders from suitable partners who wish to be considered to manage and operate its Leisure Services. The successful Provider will be responsible for managing and operating the following six Leisure facilities: - Daventry Leisure Centre- Moulton Leisure Centre- Daventry Sports Park- Danes Camp Leisure Centre- Mounts Baths - Lings Forum Leisure CentreThe successful Provider will also support the Council in delivering its Active Communities programme and will be responsible for managing, promoting, delivering and monitoring an Active Wellbeing programme at all of the Facilities (excluding Daventry Sports Park) subject to the final contract award. The procurement falls under Schedule 3 of the Public Contract Regulations - Social and Other Specific Services, and the Council is using a procedure which corresponds to the Competitive Procedure with Negotiation ("CPN"). The first stage of the procurement is the Selection Questionnaire (SQ) stage for which responses must be submitted by 12 Noon 21 February 2025.The Authority is utilising an electronic tendering tool to manage this procurement process. All documents and communications issued by the Authority’s Procurement Team will be sent via the Authority’s e-Procurement portal hosted by In-Tend.In-Tend is located at https://in-tendhost.co.uk/wncCompleted Tender Responses and clarification questions regarding the contract or procurement process can only be submitted electronically, using the Authority’s e-Procurement portal. Fax, post and/or e-mail submissions will not be considered even if received before the relevant ITT Response Deadline. Where Bidders encounter any difficulties whilst using the In-Tend system, please refer to the user guide at https://in-tendhost.co.uk/wnc/aspx/BuyerProfiles or contact the In-Tend support desk Mon-Fri, 08:30 – 17:00 via Telephone: 0845 557 8079 or Email: support@in-tend.co.uk
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Commencing on 1 April 2026, the contract is for 10 years, with an option to extend for two additional periods of up to 5 years. The total possible contract duration, including extension provisions will be 20 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
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.1.2) 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
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
21 February 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 March 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
N/A
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Once the preferred bidder is selected, subject to the Authority’s formal decision-making and scrutiny processes, the Authority will issue a notification to award Contract Notice to each bidder and implement a ten-day standstill period prior to entering into the Contract.