By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Management of leisure centres, swimming pools, artificial grass pitches and other leisure related infrastructure.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

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)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Recreation, culture and religion
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

See section VI.3
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Management of leisure centres, swimming pools, artificial grass pitches and other leisure related infrastructure.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 26: Recreational, cultural and sporting services

NUTS code UKD32

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Sports facilities operation services. Repair work on sports fields. Repair and maintenance work in connection with sports facilities. Sports fields maintenance services. Facilities management services. Parks maintenance services. Museum services. Library services. Recreational, cultural and sporting services. Library, archives, museums and other cultural services. Youth education services. Arts-facility operation services. Archive services. Sporting services. Sport-related services. Oldham Council's (the LA's) current contract for the management of the Borough's swimming pools, sports centres and artificial grass pitches is with Oldham Community Leisure Limited (OCLL) and has been extended to March 2013 or the date of award of this contract, whichever is sooner. Following an independent review of leisure services and extensive consultation within Oldham during 2011, the LA has a clear strategy in place to improve and rationalise the public leisure estate, to position leisure to contribute towards the regeneration and development of the Borough and to contribute towards efficiency and value for money objectives. The LA seeks a partner organisation(s) to manage and operate the leisure estate. The LA wishes to see its leisure services configured efficiently and competitively and to provide clear public benefit, by maximising accessibility and community engagement and also the contribuion participation in sport and leisure makes towards improved health and wellbeing outcomes. Improved leisure facilities in Oldham and Royton town centres will support the overall strategies for these priority areas and contribute towards their regeneration.
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.
II.1.6)Common procurement vocabulary (CPV)

92610000, 45236119, 45212290, 77320000, 79993100, 77313000, 92521000, 92511000, 92000000, 92500000, 80310000, 92320000, 92512000, 92600000, 92620000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The value of leisure services within Oldham in terms of overall expenditure on facilities is in the region of £1 million per annum net deficit.
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
II.2.2)Information about options
Options: yes
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.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 180 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The LA reserves the right to require deposits, guarantees, bonds and other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment shall be made in accordance with the contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting authority reserves the right to require groupings of contractors to take a particular legal form or to require a single operator to take primary liability or to require each party take joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with with Articles 45-50 of Directive 2001/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire available from the address in I.1 above.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 8
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.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 31.5.2012 - 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate
6.6.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
22.6.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender.
(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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.4.2012