Section one: Contracting authority
one.1) Name and addresses
Waverley Borough Council
The Burys
Godalming
GU7 1HR
Contact
Patrick Tuite
Country
United Kingdom
NUTS code
UKJ25 - West Surrey
Internet address(es)
Main address
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