Tender

West Northamptonshire Council Leisure Operating Contract

  • West Northamptonshire Council Leisure Operating Contract

F02: Contract notice

Notice identifier: 2025/S 000-001426

Procurement identifier (OCID): ocds-h6vhtk-04d065

Published 15 January 2025, 5:41pm



Section one: Contracting authority

one.1) Name and addresses

West Northamptonshire Council Leisure Operating Contract

One Angel Square, Angel Street

Northampton

NN1 1ED

Email

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.