Section one: Contracting authority
one.1) Name and addresses
PORTSMOUTH CITY COUNCIL
City Council
Portsmouth
PO1 2AL
Contact
Procurement Service
procurement@portsmouthcc.gov.uk
Telephone
+44 2392688235
Country
United Kingdom
NUTS code
UKJ31 - Portsmouth
Internet address(es)
Main address
https://www.portsmouth.gov.uk/services/business/procurement/contract-opportunities-with-us/
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
Design & Construction of Community Sports & Leisure Centre - Portsmouth
two.1.2) Main CPV code
- 45212100 - Construction work of leisure facilities
two.1.3) Type of contract
Works
two.1.4) Short description
Portsmouth City Council - the 'council' - has entered into an initial agreement with a development partner to deliver concept design for a new community sports and leisure facility along with associated project management activities.
Subject to feasibility review of the concept design the council may then enter into a wider agreement with the development partner to progress the development of the facility to planning approval, detailed design and construction.
The south-east of the city is currently served by two facilities - Wimbledon Park Sports Centre and Eastney Swimming Pool - which are approaching end-of-life. The council's preferred solution to replace these facilities is a new combined wet and dry sports and leisure facility which will also include a community centre.
Initial scoping work has identified Bransbury Park, Portsmouth, as the preferred site for the new facility. A feasibility study has provided an indicative total cost of £12.5m for design and construction of the facility. This figure is indicative only and may be subject to significant increase as design is progressed and construction costs are confirmed.
Whilst a preferred site has been identified the council may still consider further sites and subsequently commission design and construction of a facility at an alternative site/s under the scope of the agreement with the development partner.
The council wishes to progress design work rapidly to reach RIBA stage 3 design and submission of a planning application by the end of March 2022. Subject to planning approval the council anticipates an 18-24 month delivery programme for completion of design, construction and handover.
Having undertaken a review of available sourcing options the council has identified the UK Leisure Framework operated by Denbighshire Leisure Limited (on behalf of Denbighshire County Council) as its preferred delivery vehicle.
The term of the framework agreement which was due to expire on 31st January 2021 has been extended by Denbighshire County Council to 31st January 2022 via the issue of Modification Notice 2020/S 215-528540 within the Official Journal of the European Union on 4th November 2020, citing application of Regulation 72 1) c) of the Public Contracts Regulations (2015) on grounds of significant unforeseeable operational impacts caused by the COVID-19 global pandemic.
The framework agreement operates on a single supplier direct award basis with Alliance Leisure Services Ltd - the 'supplier' - appointed as the sole supplier. The supplier will provide comprehensive development management services via the framework under contract to the council.
Services, supplies and works will be drawn down on a step by step iterative basis to meet the developing requirements of the project and may include for any activity covered by the scope of overarching framework agreement. The scope of activities is likely to include for the following broad activities:
• Establishment of a multi-disciplinary contractor led design team
• Appointment & management of an independent project management team
• Business case & feasibility review support
• Design development
• Cost & programme management
• Planning & other required approvals
• Stakeholder management, marketing & branding
• Appointment of construction contractor
• Construction management & administration
• Supervision of handover to the client
• Defects management
The council has entered into an initial agreement with the supplier for development of the scheme to RIBA Stage 1 after which the project will be subject to review by the council during autumn 2021.
Subject to approval the council will then enter into a formal development agreement with the supplier for delivery of the facility. Progression through key delivery milestones such as submission of S106 planning application, detailed design sign off, works commencement, etc. and associated draw down of services, supplies and works will be subject to gateway review.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £12,500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 37480000 - Machinery or apparatus for leisure equipment
- 43325000 - Park and playground equipment
- 45100000 - Site preparation work
- 45211340 - Multi-dwelling buildings construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 66000000 - Financial and insurance services
- 71200000 - Architectural and related services
- 73220000 - Development consultancy services
- 79312000 - Market-testing services
- 79314000 - Feasibility study
- 79340000 - Advertising and marketing services
- 92610000 - Sports facilities operation services
- 92620000 - Sport-related services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
two.2.4) Description of the procurement
See section 'II.1.4. Short description' above.
two.2.5) Award criteria
Quality criterion - Name: Draft Business Plans / Weighting: 48.6
Quality criterion - Name: Supply Chain Procurement, Community Benefits and Regeneration / Weighting: 3.6
Quality criterion - Name: Value for Money, Financial Risk and Innovation / Weighting: 3.6
Quality criterion - Name: Design and Sustainability / Weighting: 3.6
Quality criterion - Name: Continuous Improvement and Performance Management / Weighting: 3.6
Quality criterion - Name: Project Health and Safety / Weighting: 3.6
Quality criterion - Name: Framework Management / Weighting: 3.6
Quality criterion - Name: Customer Satisfaction, Consultation and Engagement / Weighting: 3.6
Quality criterion - Name: Funding / Weighting: 3.6
Cost criterion - Name: Fees & Charges / Weighting: 9
Cost criterion - Name: Price / Weighting: 10
two.2.11) Information about options
Options: Yes
Description of options
Services, supplies and works will be drawn down on a step by step iterative basis to meet the developing requirements of the project and may include for any activity covered by the scope of overarching framework agreement.
Whilst a preferred site has been identified the council may still consider further sites and subsequently commission design and construction of a facility at an alternative site/s under the scope of the agreement with the development partner.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The council is awarding a call off contract via an overarching UK public sector wide framework agreement established by Denbighshire County Council through initial issue of Contract Award Notice 2017/S 031-055422 and subsequent issue of Modification Notice 2020/S 215-528540.
The term of the framework agreement which was due to expire on 31st January 2021 has been extended by Denbighshire County Council to 31st January 2022 via the issue of the Modification Notice, citing application of Regulation 72 1) c) of the Public Contracts Regulations (2015) on grounds of significant unforeseeable operational impacts caused by the COVID-19 global pandemic.
The council is satisfied that the grounds for extension of the framework agreement meets the broad criteria set out within Public Contracts Regulations (2015) requirements and that the subsequent contract it has entered into via the framework agreement represents a compliant call off from the overarching framework agreement but has chosen to issue a voluntary Contract Award Notice in the interests of transparency.
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: 2020/S 215-528540
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 September 2021
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Alliance Leisure Services Ltd
24 Angel Crescent
Bridgwater
TA6 3EW
Telephone
+44 1278444944
Country
United Kingdom
NUTS code
- UKK23 - Somerset
Internet address
http://www.allianceleisure.co.uk/
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £12,500,000
Total value of the contract/lot: £12,500,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom