Opportunity

SBC 0222 Leisure Services and Active Communities Management Contract

  • Stevenage Borough Council

F02: Contract notice

Notice reference: 2022/S 000-004318

Published 15 February 2022, 4:36pm



Section one: Contracting authority

one.1) Name and addresses

Stevenage Borough Council

Daneshill House, Danestrete

Stevenage

SG1 1HN

Contact

Lisa Baldock

Email

procurement@stevenage.gov.uk

Telephone

+44 1438242083

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

www.stevenage.gov.uk

Buyer's address

www.supplyhertfordshire.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.supplyhertfordshire.uk

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

SBC 0222 Leisure Services and Active Communities Management Contract

Reference number

CCD 00975

two.1.2) Main CPV code

  • 92000000 - Recreational, cultural and sporting services

two.1.3) Type of contract

Services

two.1.4) Short description

Stevenage Borough Council are currently procuring the Leisure and Cultural Services Management Contract based on a competitive procedure with negotiation with the aim of entering into a contract for Lot 1 - Leisure and Cultural Services Contract and Lot 2 - Stevenage Golf and Conference Centre. The documents can be accessed from the My Tenders area of the Supply Hertfordshire website and selecting the View Details button of this project. Please note the deadline for returns and allow sufficient time to make your return as late returns will not be permitted. Any questions relating to this procurement should be made via correspondence on the Supply Hertfordshire website and can be addressed to the main contact as shown in the details above.

two.1.5) Estimated total value

Value excluding VAT: £146,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

SBC 0222 Leisure and Cultural Services Management Contract

Lot No

Lot 1: Leisure and Cultural Services

two.2.2) Additional CPV code(s)

  • 92600000 - Sporting services
  • 92000000 - Recreational, cultural and sporting services
  • 79993000 - Building and facilities management services
  • 92610000 - Sports facilities operation services
  • 79993100 - Facilities management services
  • 92620000 - Sport-related services

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
Main site or place of performance

Stevenage, Hertfordshire, UK

two.2.4) Description of the procurement

The contract is for the operation of the Council owned Stevenage Arts and Leisure Centre (including the Gordon Craig Theatre), Stevenage Swimming Centre, Ridlins Athletics Stadium and for maintenance of the Aquapark at Fairlands Valley Park. The contract also includes the administration of bookings for a number of outdoor sports pitches and pavilions and the delivery of a new Active Communities Programme. This Lot will also include the management and operation of a new Leisure and Community Hub facility with an estimated cost of £39m which is planned to open in April 2027 and which shall replace Stevenage Swimming Centre and the leisure elements contained within Stevenage Arts and Leisure Centre. A market interest day is due to take place on Wednesday 2nd March 2022 which will provide an opportunity for interested parties to visit the facilities in scope, to understand more about the Council's ambitions for the future delivery of the services and to receive further information on the tender process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £126,000,000

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

Start date

1 April 2023

End date

31 March 2043

This contract is subject to renewal

No

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

Envisaged minimum number: 4

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

This will be outlined in the SQ documentation.

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

two.2) Description

two.2.1) Title

SBC 0222 Leisure Services and Active Communities Management Contract

Lot No

Lot 2: Stevenage Golf and Conference Centre

two.2.2) Additional CPV code(s)

  • 92000000 - Recreational, cultural and sporting services
  • 79993000 - Building and facilities management services
  • 92610000 - Sports facilities operation services
  • 79993100 - Facilities management services
  • 92620000 - Sport-related services
  • 92600000 - Sporting services

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
Main site or place of performance

Stevenage, Hertfordshire, UK

two.2.4) Description of the procurement

Lot 2 is the contract for the management and operation of the Council-owned Stevenage Golf & Conference Centre and for the delivery of a Golf Development Programme. A market interest day is due to take place on Wednesday 2nd March 2022 which will provide an opportunity for interested parties to visit the facilities in scope, to understand more about the Council's ambitions for the future delivery of the services and to receive further information on the tender process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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

Start date

1 April 2023

End date

31 March 2043

This contract is subject to renewal

No

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

Envisaged minimum number: 4

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

This will be outlined in the SQ documentation.

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

Selection criteria as stated 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-000998

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

Date

25 March 2022

Local time

12:00pm

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

25 April 2022

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

English

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

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The Council reserves the right to cancel the procurement at any stage of the procurement process and not to award a contract. The Council nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract, including their associated entities or any other person. To access this procurement opportunity please visit:www.supplyhertfordshire.uk and follow the on-screen guidance. If you wish to be considered as a bidder you must complete and submit the Selection Questionnaire (SQ) by the closing date and time. Selection questionnaires cannot be uploaded after the closing date and time. Any clarifications regarding this opportunity must be raised through the Correspondence areas in the e-Tendering system. If you are experiencing problems with the e-Tendering system, In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.com or telephone +44 114 4070065 for any website / technical questions, Monday to Friday 8:30 am to 5:30 pm. The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law, including Freedom of Information Act 2000. If the potential supplier considers that any of the information submitted in the proposal should not be disclosed because of its commercial sensitivity or for reasons of confidentiality, then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the potential supplier about such commercially sensitive or confidential information when considering any request received under the Freedom of Information Act 2000 before replying to such a request, but the decision of the Council in deciding whether an exemption applies is final. The Council reserves the right to carry out additional financial checks on all companies tendering for this Contract at any time during the procurement process, to ensure that they continue to meet the Council's requirements and remain financially viable to perform the Contract. The Contracting Authority will require a group of economic operators to whom the contract is awarded to form a legal entity.

six.4) Procedures for review

six.4.1) Review body

High Court England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The High Court England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed / signed (as appropriate). The Public Contracts Regulations 2015 ("Regulations") provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England and Wales). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.

six.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom