Tender

Refurbishment of Tennis Courts

  • Sherfield on Loddon Parish Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-083804

Procurement identifier (OCID): ocds-h6vhtk-05f7c9

Published 17 December 2025, 12:33pm



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


Contracting authority

Sherfield on Loddon Parish Council

  • Public Procurement Organisation Number: PWWN-4814-TWJV

P O Box 6862

BASINSGTOKE

RG24 4QZ

United Kingdom

Contact name: Karen Ross

Telephone: 01256 842662

Email: clerk@sherfieldonloddon-pc.gov.uk

Website: http://www.sherfieldonloddon-pc.gov.uk

Region: UKJ37 - North Hampshire

Organisation type: Public authority - sub-central government