Section one: Contracting authority
one.1) Name and addresses
Basingstoke & Deane Borough Council
Civic Offices
BASINGSTOKE
RG214AH
Contact
Procurement Team
procurement@basingstoke.gov.uk
Telephone
+44 1256844844
Country
United Kingdom
Region code
UKJ37 - North Hampshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://procontract.due-north.com/Register
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Register
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Register
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
DBOM Tender for a new Basingstoke Leisure Centre
Reference number
DN749514
two.1.2) Main CPV code
- 92610000 - Sports facilities operation services
two.1.3) Type of contract
Services
two.1.4) Short description
Basingstoke and Deane Borough Council ('the Authority') is commencing a Competitive Dialogue procedure to find a leisure specialist partner to deliver a new water and leisure complex in Basingstoke.
The contract opportunity is for the award of the BDBC Leisure DBOM Contract (the Contract) which comprises the following leisure centres:
- Design and build a replacement Facility for the Aquadrome
- Aquadrome current facility operation, until transfer of service to the new Facility
- Tadley Health and Fitness Centre operation
- Basingstoke Golf Centre operation
Facilities at the new complex should include a 25-metre eight-lane competition pool, 20-metre four-lane teaching pool, leisure waters with flumes, a 150-station gym, three studios and a spin studio, an indoor clip and climb or similar adventure-style activity, indoor adventure soft play, party rooms and café.
All procurement documentation is available via Proactis ProContract tendering system, project ID DN749514.
Leisure specialists are being invited to submit first stage Selection Questionnaire (SQ) responses for the scheme. Following detailed dialogue work with short-listed suppliers that demonstrate the relevant interest, experience, and capability to deliver the project, it is anticipated that a preferred partner would be identified, approved by the Authority and awarded the final contract in May 2026.
two.1.5) Estimated total value
Value excluding VAT: £195,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45212100 - Construction work of leisure facilities
- 45212110 - Leisure centre construction work
- 45212212 - Construction work for swimming pool
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
Main site or place of performance
Basingstoke Leisure Park
two.2.4) Description of the procurement
Basingstoke and Deane Borough Council ('the Authority') is commencing a Competitive Dialogue procedure to find a specialist leisure partner to deliver a new water and leisure complex in Basingstoke.
The contract opportunity is for the award of the BDBC Leisure Design, Build, Operate and Maintain Contract (the Contract) which comprises the following leisure centres:
- Design and build a replacement Facility for the Aquadrome
- Aquadrome current facility operation, until transfer of service to the new Facility
- Tadley Health and Fitness Centre operation
- Basingstoke Golf Centre operation
The contract will operate for a term of 20 years with up 5 years extension available.
Following previous consultation, facilities at the new complex should include a 25-metre eight-lane competition pool, 20-metre four-lane teaching pool, leisure waters with flumes, a 150-station gym, three studios and a spin studio, an indoor clip and climb or similar adventure-style activity, indoor adventure soft play, party rooms and café.
Alongside the core facilities to be provided the Authority is open to bids which could provide additional, optional leisure facilities within the Authority's available budget.
As part of the competitive dialogue process the Authority will be undertaking the following response stages:
-Selection Questionnaire
-Invitation to Submit Outline Solutions
-Invitation to Submit Detailed Solutions
-Invitation to Submit Final Tender
Leisure specialists are being invited to submit first stage Selection Questionnaire (SQ) responses for the scheme. Following detailed dialogue work with short-listed suppliers that demonstrate the relevant interest, experience, and capability to deliver the project, it is anticipated that a preferred partner would be identified, approved by the Authority and awarded the final contract in May 2026.
Detailed information on the overall scheme, including programmes; specifications and response documents are available to access once registered and expression of interest confirmed on ProContract on project DN749514. All correspondence and documentation release will be conducted via the ProContract portal.
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: £195,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
300
This contract is subject to renewal
Yes
Description of renewals
An initial anticipated term of 20 years (240 months) with an extension up to a further 5 years (60 months) available.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An initial anticipated term of 20 years (240 months) with an extension up to a further 5 years (60 months) available.
two.2.14) Additional information
Documentation is available via ProContract. The procurement exercise is available on Project ID DN749514
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
Conditions of participation are outlined within the procurement documents, namely the descriptive document, Selection Questionnaire and Selection Questionnaire Instructions and information at the first stage of the procurement. All documents are available via ProContract project ID DN749514.
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 dialogue
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.1.8) 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: 2023/S 000-015162
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 December 2024
Local time
12:00pm
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: No
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice
London
WV2A 2LL
Country
United Kingdom