Management of leisure centres, swimming pools, artificial grass pitches and other leisure related infrastructure.
Contract notice
Services
Section I: Contracting authority
Oldham Council
Civic Centre, West Street
Contact point(s): https://www.the-chest.org.uk
OL1 1UH Oldham
UNITED KINGDOM
Internet address(es):
Address of the buyer profile: https://www.the-chest.org.uk
Electronic access to information: https://www.the-chest.org.uk
Electronic submission of tenders and requests to participate: https://www.the-chest.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Recreation, culture and religion
The contracting authority is purchasing on behalf of other contracting authorities: yes
See section VI.3
UNITED KINGDOM
Section II: Object of the contract
Service category No 26: Recreational, cultural and sporting services
NUTS code UKD32
The leisure centres that are included within the operating contract are as follows:
- Chadderton Health and Wellbeing Centre,
- Chapel Road Artificial Grass Pitch (AGP),
- Failsworth Sports Centre,
- Radclyffe Athletics running track and Athletics Centre,
- Existing Glodwick leisure pool (up to closure),
- Existing Oldham Sports Centre and the replacement Oldham Sports Centre in Oldham Town Centre,
- Existing Royton/Shaw facilities and the replacement Royton/Shaw facility in Royton Town Centre,
- Royton and Crompton AGP (at Royton and Crompton School),
- Saddleworth Pool and Fitness Centre.
It is proposed to close and replace the following facilities:
- Current Oldham Sports Centre,
- Royton Sports Centre,
- Crompton Pool and Fitness Centre,
- Glodwick Leisure Pool.
The replacement of these facilities will not form part of this contract. The LA has given an undertaking to service users/residents around continuity of service and that current facilities will not close until replacement facilities are in place.
The following facilities sit within the current operating contract and are being considered for transfer out of the operating contract and are being considered for transfer out of the operating contract now being tendered. Further clarification will be provided at the Invitation to Submit Outline Proposals ("ISOP") stage:
Grange AGP.
Bishops Park Pitch and Putt.
The booking of playing pitches is not included within the contract.
The operator will provide services at Failsworth and Radclyffe (PFI) schools. The LA has several existing and new PFI/BSF and Academy schools which have high quality community sports facilities that all partners wish to maximise use of. The PQQ Descriptive Document provides further detail of the facility mix at the existing and new facilities.
92610000, 45236119, 45212290, 77320000, 79993100, 77313000, 92521000, 92511000, 92000000, 92500000, 80310000, 92320000, 92512000, 92600000, 92620000
The value of other non-leisure services which may be incorporated into the contract at a later stage (as described under section VI.3) is:
Libraries - 6 000 000 GBP pa expenditure.
Heritage - 1 300 000 GBP pa expenditure.
Youth Services - 5 500 000 GBP pa expenditure.
Parks and Grounds - 4 900 000 GBP pa expenditure.
If additional LAs were to join the leisure operating contract, the contract would increase in value by:
Leisure services - 10 000 000 GBP p/a.
Libraries - 60 000 000 GBP p/a.
Heritage - 12 600 000 GBP p/a.
Youth Services - 55 000 000 GBP p/a.
Parks and Grounds - 50 000 000 GBP p/a.
Estimated value excluding VAT:
Range: between 15 000 000 and 750 000 000 GBP
Description of these options: The LA intends to award the contract for a ten year period, with an option for the LA to extend for a further 5 years.
Section III: Legal, economic, financial and technical information
As set out in the pre-qualification questionnaire available from the address in I.1 above.
Minimum level(s) of standards possibly required: The financial credit check will be carried out using reports from Experian Group and the pass/fail Delphi score will be 50 %. It is for the Supplier to ensure that the financial credit check is accurate. Where it is not the Supplier shall submit additional informationon at question 4.1.15.
Where a Supplier has a valid reason for being unable to provide the information requested in relation to economic, financial and insurance matters, the other information considered appropriate by the Council will be accepted.
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator
As set out in the pre qualification questionnaire available from the address in section I.1 above.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The LA intends to run a streamlined competitive dialogue with only a limited number of matters subject of dialogue.
A maximum of eight organisations will be shortlisted from the Pre-Qualification (PQQ) stage and invited to submit ISOP stage bids. Three bidders will then be invited to submit Invitation to Submit Final Bids ("ITSFB" stage).
The evaluation criteria and associated weightings for the PQQ stage are as follows:
The items listed in Section 4 of the Pre-Qualification Questionnaire will be scored on a pass/fail basis. Failure to pass in one or more of these areas will mean that your submission will not be considered further.
Section 5 (Technical Information) will be weighted and scored as follows;
Business Capability General - 20 % weighting.
Similar Contracts Experience and Outcomes - 35 % weighting.
Business Capability Investment and Outcomes - 25 % weighting.
Added Value - 20 % weighting.
Section VI: Complementary information
(i) The contracting authority will conduct a Bidders day on May 16th which will include further information on the contract and a tour of leisure centres.
(ii) The LA wishes to retain flexibility to respond to the emerging agenda of shared provision of services across Councils and geographic areas.
Therefore over the lifetime of the contract and with prior agreement between the LA and the Supplier, the contract may be extended to include other aspects of Oldham Council's sport and culture offer, where the LA believes that would better bring about efficiencies and the delivery of the outcomes it seeks. This may include additional services such as libraries, museums and galleries, parks, tourism, local archive, integrate youth services, performing arts and civic buildings.
(iii) In addition, over the lifetime of the contract and with prior agreement between the LAs (Oldham and any incoming Council) and the Supplier, the Supplier may be required to provide similar services to other AGMA authorities and North West Authorities in respect of their leisure and/or cultural facilities, should they wish to join the Oldham contract. This may include Tameside, Rochdale, Bury, Bolton, Trafford, Salford, Manchester, Wigan and Stockport in Greater Manchester or any North West authority listed in the following web link: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/DG_4003645
(iv) The contract is for leisure services which under the Public Contract Regulations 2006 are classified as Part B services. As such, the LA is not bound to run a full OJEU tender for this requirement, but in order to remain fully open, fair and transparent, the LA is advertising the opportunity via OJEU, adopting the principles of the EU Treaty and utilising the competitive dialogue procedure in order to procure the contract. GO Reference: GO-2012425-PRO-3879733