Scope
Description
Tennis & Pickleball Court Refurbishment
This project comprises the refurbishment and upgrade of two existing outdoor tennis courts to provide a high-quality, durable playing surface suitable for tennis and pickleball use. All works shall be carried out in accordance with LTA, SAPCA and relevant British Standards, and in line with manufacturer recommendations and industry best practice.
General Requirements
The Contractor shall provide all labour, materials, plant, and supervision necessary to complete the works. Risk assessments and method statements shall be submitted prior to commencement. Working hours, access arrangements and site security shall be agreed with the Parish Council. Adjacent surfaces, fencing, landscaping and drainage systems shall be adequately protected throughout the works, and the site maintained in a safe and tidy condition at all times.
Existing Surface Preparation
The existing court surfaces shall be thoroughly cleaned, treated for algae and weeds using approved methods, and rinsed to remove residues. Drainage improvements shall be undertaken by spiking the courts and backfilling with clean pea shingle. Existing tennis posts and sockets shall be removed and disposed of, along with any defective materials. Tree roots affecting or likely to affect the surface shall be removed and root barriers installed where required. Temporary removal and reinstatement of fencing shall be undertaken if needed to facilitate access.
Kerbing, Repairs & Resurfacing
New pre-cast concrete kerbs shall be installed around the court perimeter, set level with the finished surface. Localised excavations and repairs shall be carried out as required, infilled with base macadam and overlaid with a new surface course. A bitumen emulsion tack coat shall be applied to the existing surface prior to laying a 6mm open textured macadam wear course to the specified thickness. The surface shall be laid, jointed and rolled to achieve a smooth, even finish suitable for court coating.
Acrylic Coating System
An acrylic primer shall be applied to the prepared macadam, followed by acrylic resurfacer and/or texture layers as required. Two coats of UV-stable acrylic colour coating shall then be applied in colours selected by the Parish Council, providing a durable, slip-resistant playing surface compliant with relevant standards.
Line Marking
Temporary aerosol markings shall be applied for two tennis courts and one pickleball court. Permanent LTA-compliant tennis court line markings shall be applied using non-slip acrylic paint. Pickleball line markings on one court shall be identified and priced separately.
Court Equipment
New tennis posts, sockets, nets and centre straps shall be supplied and installed, including heavy-duty galvanised sockets set in concrete foundations and championship-quality nets. All equipment shall be installed correctly and ready for play.
Completion & Handover
The Contractor shall carry out a final clean and remove all waste from site. Performance checks shall be undertaken to confirm surface regularity, ball bounce and slip resistance, with a report provided. Maintenance guidance shall be issued, along with a separately identified cost for annual cleaning and moss prevention. A minimum 3-5 year warranty on workmanship and the coating system shall be provided. A mandatory pre-tender site visit is required.
Commercial tool
Establishes a framework
Total value (estimated)
- £32,000 excluding VAT
- £39,000 including VAT
Below the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 15 May 2026
- 1 month, 15 days
Main procurement category
Works
CPV classifications
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
- 92000000 - Recreational, cultural and sporting services
Contract locations
- UKJ - South East (England)
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
Each Tender will be assessed on balancing price and quality, supplier capability and proposed methodology
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Participation
This procurement is reserved for
- Suppliers from Hampshire
- Small and medium-sized enterprises (SMEs) and voluntary, community and social enterprises (VCSEs)
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
9 January 2026, 11:59pm
Tender submission deadline
23 January 2026, 11:59pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Award criteria
Contractor Selection Criteria
Tennis & Pickleball Court Refurbishment
(Parish Council Procurement Use)
The Parish Council will assess tenders on the basis of Most Economically Advantageous Tender (MEAT), considering quality, experience, risk management and price. The lowest price will not necessarily be accepted.
1. Relevant Experience & References (25%)
The Council will consider:
Demonstrated experience refurbishing outdoor tennis courts within the last 3-5 years
Experience delivering projects for local authorities, parish councils, schools or sports clubs
Familiarity with LTA and SAPCA standards
Minimum of one client references for similar completed works
Evidence required:
Brief project descriptions
Photographs of completed courts
Client contact details
2. Technical Proposal & Methodology (20%)
The Council will consider:
Clear understanding of the Scope of Works
Proposed methods for surface preparation, resurfacing, coating and line marking
Compliance with LTA, SAPCA and British Standards
Realistic programme and sequencing of works
Evidence required:
Project-specific method statement
Outline programme
3. Quality of Materials & Workmanship (15%)
The Council will consider:
Suitability and durability of proposed materials and surfacing systems
Use of recognised court surfacing products
Manufacturer approvals or installer accreditations
Expected lifespan of the proposed system
Evidence required:
Product data sheets
Confirmation of manufacturer approval where applicable
4. Health, Safety & Environmental Management (10%)
The Council will consider:
Ability to safely manage works on a publicly accessible site
Quality and relevance of risk assessments and method statements
Measures to protect the public, councillors, users, and adjacent properties
Waste management and environmental controls
Evidence required:
Construction Phase Plan (or summary)
Risk Assessments and Method Statements
5. Programme, Access & Site Management (10%)
The Council will consider:
Proposed duration of works
Ability to work within agreed hours and access constraints
Site supervision and point of contact
Arrangements for site security and cleanliness
Evidence required:
Programme and site management proposal
6. Warranty, Aftercare & Maintenance Support (10%)
The Council will consider:
Length and clarity of warranty for workmanship and materials (minimum 3-5 years)
Defects liability arrangements
Availability and cost of ongoing maintenance services
Evidence required:
Written warranty details
Maintenance proposal (if applicable)
7. Price & Value for Money (10%)
The Council will consider:
Total tender price
Clarity and transparency of cost breakdown
Identification of exclusions, assumptions and optional items
Price realism and whole-life value
Evidence required:
Fully itemised pricing schedule
Note: Abnormally low tenders may be rejected if not satisfactorily explained.
8. Financial Standing & Insurance (Mandatory Pass/Fail)
Contractors must provide:
Evidence of financial stability (accounts or declaration)
Public Liability Insurance (minimum £5 million)
Employer's Liability Insurance (minimum £10 million)
Failure to meet these requirements may result in exclusion from the tender process.
9. Site Visit Requirement (Mandatory)
Attendance at the mandatory site visit is required prior to submission of a tender. Submission of a tender will be deemed confirmation that the Contractor has inspected the site and accepts all site conditions. No claims for additional costs or extensions of time will be accepted on the grounds of unfamiliarity with the site.
Procedure
Procedure type
Below threshold - open competition
Documents
Associated tender documents
Sherfield on Loddon Parish Council Tennis Courts Refurbishment Specification.pdf
Contracting authority
Sherfield on Loddon Parish Council
- Public Procurement Organisation Number: PWWN-4814-TWJV
P O Box 6862
BASINSGTOKE
RG24 4QZ
United Kingdom
Region: UKJ37 - North Hampshire
Organisation type: Public authority - sub-central government