Opportunity

WAV PT Waverley Borough Council Leisure Operating Contract

  • Waverley Borough Council

F02: Contract notice

Notice reference: 2022/S 000-019592

Published 18 July 2022, 4:14pm



Section one: Contracting authority

one.1) Name and addresses

Waverley Borough Council

The Burys

Godalming

GU7 1HR

Contact

Patrick Tuite

Email

patrick.tuite@waverley.gov.uk

Country

United Kingdom

NUTS code

UKJ25 - West Surrey

Internet address(es)

Main address

https://www.waverley.gov.uk/

Buyer's address

https://www.sesharedservices.org.uk/esourcing

one.3) Communication

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

https://www.sesharedservices.org.uk/esourcing

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sesharedservices.org.uk/esourcing

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

WAV PT Waverley Borough Council Leisure Operating Contract

Reference number

WAV - 034606

two.1.2) Main CPV code

  • 92610000 - Sports facilities operation services

two.1.3) Type of contract

Services

two.1.4) Short description

The contract will be for the management and operation of Cranleigh Leisure Centre, Farnham Leisure Centre, Godalming Leisure Centre and Haslemere Leisure Centre and shall include the development and delivery of a new Active Communities Programme. The contract will also include the management and operation of a new leisure facility which is planned to open in July 2026 and which shall replace Cranleigh Leisure Centre. The Council also has plans for investment at Farnham and Godalming Leisure Centres to extend and improve these facilities.

two.1.5) Estimated total value

Value excluding VAT: £145,196,440

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 92610000 - Sports facilities operation services

two.2.3) Place of performance

NUTS codes
  • UKJ25 - West Surrey

two.2.4) Description of the procurement

The contract will be for the management and operation of Cranleigh Leisure Centre, Farnham Leisure Centre, Godalming Leisure Centre and Haslemere Leisure Centre and shall include the development and delivery of a new Active Communities Programme. The contract will also include the management and operation of a new leisure facility which is planned to open in July 2026 and which shall replace Cranleigh Leisure Centre. The Council also has plans for investment at Farnham and Godalming Leisure Centres to extend and improve these facilities.A Market Interest Day, previously advertised in a Prior Information Notice (https://www.find-tender.service.gov.uk/Notice/016272-2022?origin=SearchResults&p=1), is scheduled for 20th July 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. All information from the market day will be posted on the portal. A Competitive Procedure with Negotiation procurement process is being used in accordance with Regulation 29. Stage one of this process comprises this SQ designed as an initial assessment to identify and shortlist suitable potential candidates. Stage two will be the Invitation to Submit Initial Tenders (ISIT), involving those organisations identified and selected from stage one. The Council reserves the right to select an operator or reduce the shortlist at ISIT stage and reserves the right not to negotiate. Stage three will be the Invitation to Submit Revised Tenders (ISRT) for those bidders successful at ISIT stage. It will consist of a negotiation meeting to explore with bidders their ISIT solution followed by the opportunity for bidders to submit Revised Tenders. The council reserves the right to appoint the Operator to act in any or all Professional Technical roles related to future leisure investments, to include, but not limited to the roles of Employers Agent, Project Manager or Architect (accepting an element of sub-contracting may be required for more specialist services). The council is not obliged to appoint the operator in any of these roles, nor is the operator obliged to accept these appointments. A fee proposal will be required prior to appointment to any such role and a separate consultancy agreement will be utilised. All tender documents included in DRAFT DOCUMENTS - FOR INFORMATION ONLY, (including the Invitation to tender, specification and contract documents) shall be issued at SQ stage for information purposes only and are all subject to non material changes when the invitation to tender is issued to the shortlisted bidders.

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: £145,196,440

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

Start date

1 July 2023

End date

30 June 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: 3

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

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

19 August 2022

Local time

1:00pm

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

9 September 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

Tender must be valid until: 30 June 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC21 2LL

Telephone

+44 20794760000

Country

United Kingdom