Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Stevenage Borough Council
Daneshill House, Danestrete
Stevenage
SG1 1HN
UK
Contact person: Lisa Baldock
Telephone: +44 1438242083
E-mail: procurement@stevenage.gov.uk
NUTS: UKH23
Internet address(es)
Main address: www.stevenage.gov.uk
Address of the buyer profile: www.supplyhertfordshire.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.supplyhertfordshire.uk
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
SBC 0222 Leisure Services and Active Communities Management Contract
Reference number: CCD 00975
II.1.2) Main CPV code
92000000
II.1.3) Type of contract
Services
II.1.4) Short description
Stevenage Borough Council are currently procuring the Leisure and Cultural Services Management Contract based on a competitive procedure with negotiation with the aim of entering into a contract for Lot 1 - Leisure and Cultural Services Contract and Lot 2 - Stevenage Golf and Conference Centre. The documents can be accessed from the My Tenders area of the Supply Hertfordshire website and selecting the View Details button of this project. Please note the deadline for returns and allow sufficient time to make your return as late returns will not be permitted. Any questions relating to this procurement should be made via correspondence on the Supply Hertfordshire website and can be addressed to the main contact as shown in the details above.
II.1.5) Estimated total value
Value excluding VAT:
146 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: Lot 1: Leisure and Cultural Services
II.2.1) Title
SBC 0222 Leisure and Cultural Services Management Contract
II.2.2) Additional CPV code(s)
92600000
92000000
79993000
92610000
79993100
92620000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
Stevenage, Hertfordshire, UK
II.2.4) Description of the procurement
The contract is for the operation of the Council owned Stevenage Arts and Leisure Centre (including the Gordon Craig Theatre), Stevenage Swimming Centre, Ridlins Athletics Stadium and for maintenance of the Aquapark at Fairlands Valley Park. The contract also includes the administration of bookings for a number of outdoor sports pitches and pavilions and the delivery of a new Active Communities Programme. This Lot will also include the management and operation of a new Leisure and Community Hub facility with an estimated cost of £39m which is planned to open in April 2027 and which shall replace Stevenage Swimming Centre and the leisure elements contained within Stevenage Arts and Leisure Centre. A market interest day is due to take place on Wednesday 2nd March 2022 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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
126 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2023
End:
31/03/2043
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Objective criteria for choosing the limited number of candidates:
This will be outlined in the SQ documentation.
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: Lot 2: Stevenage Golf and Conference Centre
II.2.1) Title
SBC 0222 Leisure Services and Active Communities Management Contract
II.2.2) Additional CPV code(s)
92000000
79993000
92610000
79993100
92620000
92600000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
Stevenage, Hertfordshire, UK
II.2.4) Description of the procurement
Lot 2 is the contract for the management and operation of the Council-owned Stevenage Golf & Conference Centre and for the delivery of a Golf Development Programme. A market interest day is due to take place on Wednesday 2nd March 2022 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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
20 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2023
End:
31/03/2043
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Objective criteria for choosing the limited number of candidates:
This will be outlined in the SQ documentation.
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-000998
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/03/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
25/04/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
The Council reserves the right to cancel the procurement at any stage of the procurement process and not to award a contract. The Council nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract, including their associated entities or any other person. To access this procurement opportunity please visit:www.supplyhertfordshire.uk and follow the on-screen guidance. If you wish to be considered as a bidder you must complete and submit the Selection Questionnaire (SQ) by the closing date and time. Selection questionnaires cannot be uploaded after the closing date and time. Any clarifications regarding this opportunity must be raised through the Correspondence areas in the e-Tendering system. If you are experiencing problems with the e-Tendering system, In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.com or telephone +44 114 4070065 for any website / technical questions, Monday to Friday 8:30 am to 5:30 pm. The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law, including Freedom of Information Act 2000. If the potential supplier considers that any of the information submitted in the proposal should not be disclosed because of its commercial sensitivity or for reasons of confidentiality, then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the potential supplier about such commercially sensitive or confidential information when considering any request received under the Freedom of Information Act 2000 before replying to such a request, but the decision of the Council in deciding whether an exemption applies is final. The Council reserves the right to carry out additional financial checks on all companies tendering for this Contract at any time during the procurement process, to ensure that they continue to meet the Council's requirements and remain financially viable to perform the Contract. The Contracting Authority will require a group of economic operators to whom the contract is awarded to form a legal entity.
VI.4) Procedures for review
VI.4.1) Review body
High Court England and Wales
The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
The High Court England and Wales
The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed / signed (as appropriate). The Public Contracts Regulations 2015 ("Regulations") provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England and Wales). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
VI.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
15/02/2022