Rushmoor Borough Council - Leisure Centre Operator

Complete

Buyers

Value

£0

Classifications

  • Construction work of leisure facilities
  • Repair and maintenance work in connection with sports facilities
  • Decoration work
  • Exterior cleaning work for buildings
  • Refurbishment work
  • Restructuring work
  • Repair and maintenance services of pumps, valves, taps and metal containers
  • Repair and maintenance services of boilers
  • Gas appliance maintenance services
  • Repair and maintenance services of building installations
  • Cafeteria services
  • Canteen and catering services
  • Commercial property management services
  • Sports fields maintenance services
  • Promotional services
  • Customer services
  • Customer-care services
  • Sports facilities operation services
  • Sport-related services

Tags

  • tender

Submission Deadline

3 months ago

Published

5 months ago

Description

INTRODUCTION
Rushmoor Borough Council ('the council') is inviting tenders from suitably experienced leisure facility operators for the operation of a planned new leisure centre to be located in Farnborough as well as the operation of the council's existing leisure centre & lido facilities located in Aldershot. 
The new Farnborough Leisure Centre, which is currently scheduled to open late 2027 / early 2028, will proactively address identified community needs aligned to health, physical activity and social wellbeing. 
The leisure operator appointed via the subsequent formal procurement process will manage both the Aldershot and Farnborough facilities, with the contract split into two distinct phases:
•	the Interim Phase, during which the contractor will manage the Aldershot facility and provide at the request of the Council, provide any input requested in relation to the opening of Farnborough Leisure Facility, and
•	the Main Phase, during which the contractor will fully operate both facilities. 
The Council is currently targeting award of the contract to the successful Operator by mid-February 2026. The Interim Phase of the Contract is planned to commence shortly afterwards from 1st April 2026, at which point the Operator will be required to commence delivery of services at the existing Aldershot facilities to coincide with the summer opening of the Lido. 
The operator may be asked to provide input into the final design & configuration of the new Farnborough Leisure Centre where possible within the development programme, as well as mobilisation, launch and other pre-opening services for the new centre.  
The Council's target date for opening of the new Farnborough facility is late 2027 / early 2028, at which point the contract will enter its Main Phase. The duration of the Interim Phase is dependent on the date the new facility is ready to be opened, but is likely to run for around 18 to 24 months
Once awarded the contract will also allow for the alteration, addition and removal of sporting and leisure assets / sites which may go beyond just the existing Aldershot and planned Farnborough centres. 
LOTTING STRATEGY
In order to investigate the benefits to the Council of different business models and enable the council to arrive at a fully informed market tested award decision, Suppliers are invited to submit bids for either or both of the following Lots;
•	Lot 1 - Leisure Operator Concession Model
•	Lot 2 - Leisure Operator Agency Model 
CORE SCOPE
The scope of services / activities / inputs that the Operator will be responsible for can be summarised as:
•	Equipment fit out of the new Farnborough Leisure Centre 
•	Operational management of the specified Rushmoor Borough Council leisure facilities;
o	Operation, programming, activities & events 
o	Marketing, promotion & communication 
o	Customer on-boarding, booking, account management, website, back office & customer service 
o	Facilities management, Health & Safety management, Servicing, Repairs & Maintenance 
o	Open book performance reporting, partnership working & continuous improvement
•	Delivery of the Authority and Public Health priorities to address the wider determinants of health; 
•	Partnership working including;
o	Developing a higher profile for community sport
o	Advocating the benefits of leisure time and activities.
o	Open book performance reporting
o	Continuous improvement
CONTRACT DURATION, PHASING & OPTIONS
The duration of the Interim Phase of the contract will continue for a maximum of 2 years. It is anticipated that the interim phase will commence on 1st April 2026 to coincide with the opening of Aldershot Lido for the 2026 summer season. 
The duration of the interim phase is dependent on the date when the new facility is ready to be opened so may run for a shorter period. Should the opening of the new facility be delayed, the interim phase contract will terminate after 2 years. 
Once the new Farnborough Leisure Centre facility opens the Main Phase of the contract will then run for a further 15 years. Opening of the new facility is targeted for late 2027 / early 2028. 
The contract may subsequently be extended by up to 10 years, in further increments to be agreed by both parties up to a maximum term of 25 years.
ESTIMATED CONTRACT VALUE
The annual estimated value of the Contract in respect of turnover generation for the Interim Phase is in the range of £1.2m to £1.6m. Estimated turnover per annum for the Aldershot facilities is highly variable as usage of the Lido is directly impacted by weather conditions. Turnover for the Aldershot Pools is currently c.£1.1m, with turnover for the lido varying between £150-£450k.
The Main Phase of the contract will involve operation of both the Aldershot facilities and new Farnborough facility. New Farnborough facility - In respect of the new facility the current business case projections, which are based upon local demand forecasts and industry benchmarking, are that operations, activities and events run from the new centre that fall within the scope of this contract could generate more than £2.5m turnover per annum.
Contract value for total term of contract:
•	Interim Phase: (based on 2 years) - £2.4m - £3.2m
•	Main Phase: Initial period (i.e.15 years) - £55.5m - £61.5m
•	Main Phase: Including extension (i.e. 25 years) - £92.5M - £102.5M
The Council is providing these estimates for transparency purposes only and is not placing any binding upper or lower volume and value parameters which could constrain development of the scheme in terms of scope and revenue generation. 
The figures provided are purely provided as guides and it is for suppliers to determine their own projections in relation to demand, revenue generation, costs, etc. and provide a rationale for their estimates as part of their tender submissions. 
Whilst the Council may add or remove sites from the contract as well as significantly alter sites, it cannot provide details of what these changes could entail and what may trigger such changes over the term of the contract. The Council is also therefore unable to provide any additional information on how such changes could positively or negatively impact the value of the contract over the base and extended term.
CONTRACT PAYMENT MECHANISM
During the Interim Phase, the Council requires to contract on a cost-plus 'fixed fee' basis. The Council will pay the operator the fixed annual 'Contractor Management Sum' tendered for the interim phase in accordance with the contract/agreement terms on a quarterly basis.
Upon opening of the new facility, the interim phase payment mechanism will cease, and the main phase payment mechanism will come into effect. 
During the main phase, the payment mechanism will be subject to a fixed management fee, (a payment to the Council), plus % open book surplus share following the share %s set out within the Specification. 
CONTRACT TERMS
The contract/agreement will operate on an open book basis. The contract/agreement has been developed using the Sport England model as set out in its latest Leisure Services Delivery Guidance (LSDG), format but has been updated to reflect relevant changes since the pandemic relating to CIL, risk and utility benchmarking.
The draft contract/agreement for each lot are provided as separate documents.
•	Lot 1 contract - Leisure Operating Contract
•	Lot 2 contract - Agency Agreement
VAT AGENCY RULES & GUIDANCE
The agency model is based on existing VAT agency rules and the principles of contract law. As such, the Agency Agreement is subject to changes in HMRC's guidance on VAT agency rules and the treatment of leisure services. Should this occur, the contract will be changed in accordance with the provisions detailed within the Agency Agreement or Leisure Operator Contract (as applicable).
PROCUREMENT TIMETABLE & PROCESS
The procurement timetable is shown below and, while the council does not intend to depart from it, it reserves the right to do so at any time. Should the programme above change, all Suppliers will be informed of this change via ProContract/SEBP.
The procurement timetable is based upon the more likely scenario where the Council does not proceed to award following receipt of 1st stage tenders and instead undertakes negotiations and invites best and final 2nd stage tenders.
•	Contract Notice issued on FTS - 24th June 2025
•	Procurement documents published on ProContract/SEBP Portal - 24th June 2025
•	Site visit registration deadline - 4th July 2025 17:00
•	Aldershot facilities site visit	- 7th July 2025 - 10:30
•	Teams supplier briefing registration deadline - 8th July 2025 - 17:00
•	Online TEAMS supplier briefing - 9th July 2025 - 12:30
•	1 - 1 clarification meetings registration deadline - 14th July 2025 - 17:00
•	1 - 1 clarification meetings (TEAMS) - w/c 21st July 2025
•	Clarification deadline - 8th August 2025 - 23:59
•	1st stage tender return deadline - 28th August 2025 - 12:00
•	Interview & presentation (TEAMS) - if required w/c 22nd September 2025
•	Notification of 1st stage decisions	- 29th September 2025
•	Negotiation meetings (TEAMS) - 6th - 17th October 2025
•	Invitation to submit 2nd stage best & final tenders - 3rd November 2025
•	2nd stage best & final tender return deadline - 5th December 2025 - 12:00
•	Interview & presentation (TEAMS) - if required - w/c 15th December 2025
•	Notification of award decision & issue of assessment summaries - 2nd February 2026
•	Contract Award Notice issued on FTS - 2nd February 2026
•	Statutory 8 working day standstill period - 3rd - 12th February 2026
•	Contract award - 13th February 2026
•	Commencement of contract interim phase - 1st April 2026
•	Commencement of contract main phase - Late 2027 / Early 2028
PROCUREMENT ADMINISTRATION
The Council is utilising its e-sender tool ProContract to manage this procurement which can be accessed using the following link: https://procontract.due-north.com/Login

Similar Contracts

Open

Provision of the servicing and maintenance of air conditioning and ventilation equipment throughout the City of Southend-on-Sea

Southend on Sea City Council is seeking to engage an experienced and qualified supplier to fulfil low value installations, servicing, maintenance and responsive repairs to air conditioning and ventilation equipment within Public Buildings (excluding Housing Stock) and delegated properties (i.e. Schools and Community Buildings). The contract will a 24-hour response to call outs with a 1-hour response time in respect to some buildings. The contract will include a planned service and maintenance schedule and schedule of rates for repairs and new works. All potential contractors must hold F-Gas Certification. The duration of the contract is for 3 years with the option to extend for up to an additional 3 years. The contract will be let under a JCT Measured Term Contract. Please Note: This government's English Devolution White Paper, Power and Partnership: Foundations for Growth published on 16 December 2024, states that the government wants all remaining two tier areas in England to be eventually restructured into single-tier unitary authorities and is termed Local Government Reorganisation (LGR). This reorganisation is part of a broader devolution strategy to simplify local government structures, save public funds and improve local accountability. LGR will impact the County of Essex as it currently operates a two-tier Local Government structure. It is anticipated that during the life of this contract/ framework, the LGR process will commence and/or progress potentially impacting this contract. Impacts may include, but not limited to, modifications such as a transfer of the legal entity you currently contract with, significant increases and/ or decreases in the value/ volume of services required due to the change in size / scope of the Contracting Authority and/or changes to the scope of the nature of services required. Although any contract scope changes should broadly relate to the nature of the existing scope, new services of a related nature may be required that were not previously included. The scale and exact timing of the changes are unknown at this point, but it is known that LGR will impact the County of Essex. All suppliers who work with the Authority need to be aware and where possible, work with the Authority to adapt to any changes/ modifications as required to ensure smooth transition and continuity of services.

Katy Reed

Published 1 day ago
Open

4916.EFM.BM.25 - Projector Safety Remediation

Dear Sirs, You are invited to tender for the above titled project. Nature: Survey and associated rectification works relating to projector fixings throughout University Teaching Spaces. The Invitation to Tender (ITT) can be downloaded by registering and expressing your interest on the University`s e-tendering system https://in-tendhost.co.uk/Sheffield. The tender documents provide full information, which will be sent to you once you have expressed your interest. If you have any questions or comments in relation to this tender they must be submitted via the In-tend System, this can be accessed at https://in-tendhost.co.uk/Sheffield. Completed tenders must be returned through the Intend e-tendering system. Additional information: The University of Sheffield is not a contracting authority for the purposes of the Public Contracts Regulations 2015 (Directive 2014/24/EU) as amended by the Public Procurement (Amendment) (EU Exit) Regulations 2020. The University reserves the right from time to time to voluntarily operate under the Public Contract Regulations (as defined above) on a case by case basis. Otherwise, advertisement of any contract in Find a Tender Service or Contracts Finder is at the sole discretion of the University and is undertaken on a voluntary basis with no implied obligation to comply with the procurement legislation. For the avoidance of doubt, this procurement is not subject to the Public Contract Regulations (as defined above).

Open

Burraton Community Primary School is seeking a Catering Partner to deliver hot quality lunches for our pupils

Current contract arrangements with Burraton CP School existing provider of school lunches are due to end on 31st July 2026. Burraton CP School is therefore running this tender process for the award and appointment of a new contractor for the provision of our school lunches. We are seeking to engage with a supplier that provides healthy school lunches, in a way that is appealing to children. Burraton CP School is offering a contract term of 3 or 5 years. Burraton currently arranges for parents to pay for school meals via parent pay payment system, we would like to retain this payment mechanism under the new contract. Our school is located at Fairmead Road, Saltash, Cornwall, PL12 4LT. Further information on our school, its ethos and values can be found on our website: www.burraton.cornwall.sch.uk Burraton CP School requires a school meals service provider that will serve our pupils healthy balanced meal options which are appealing and tasty during term time hours. For our pupils to learn effectively, we believe that a healthy diet is of key importance. We seek adherence to the National School Food Standards as a minimum in the delivery of this service. The successful bidder will use high quality local produce, raw ingredients and local suppliers. These will be detailed and evidenced in the successful bidder's quality responses, by listing the suppliers and producers based in the South West of England. Burraton is seeking a partnership approach from a specialist school meals catering provider that will work with us to promote and encourage heathy eating, in a positive and enjoyable environment within the school. The lunches offered on the successful suppliers menu should be available to all children, ensuring that each child receives their preferred meal at lunchtime. High standards of service, interaction with the children and kitchen management are expected at all times to provide a seamless service to the school. We are seeking a provider that will continue to prepare and serve meals on site from our school kitchen. The kitchen and lunchtime provision facilities available at Burraton CP School includes a large school kitchen, which includes the following items: • Heavy kitchen equipment o Stainless Steel work tops o Fridges & Freezers o Ovens and cooking equipment o Dishwasher o Food warner • Light kitchen equipment o Utensils o Serving equipment o Cooking equipment o Plates, cups and cutlery Burraton shall provide all tables and chairs required for the children to sit and eat their lunches in the school hall.

Katy Reed

Published 2 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete