Loading page content…
Loading page content…
7 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Rushmoor Borough Council - the 'Council' - is inviting expressions of interest from suitably qualified & experienced Operators for the management of its existing Aldershot Pools & Lido and proposed new Passivhaus certified Farnborough Leisure and Cultural Hub facilities. The Council is targeting appointment of the successful Operator by June 2024 in order to gain design input from the Operator in respect of the new facility. The contract will be split into two distinct phases: (i) the Interim Phase, during which the Operator will manage the Aldershot facility and provide pre-opening services in relation to Farnborough, and (ii) the Main Phase, during which the Operator will fully operate both facilities. The Interim Phase of the Contract will commence on 1st October 2024. The Council's target date for opening of the new Leisure and Cultural Hub facility is spring 2027. The Council cannot commit to a fixed specific date at this point and if mobilisation of the main phase is delayed for any reason, the interim phase will be extended. During the Interim Phase, the Council is proposing to contract on a 'fixed fee' basis whereby the Council pays the Operator a fixed annual 'Contractor Management Sum' set by the Council. Upon opening of the new facility the payment model will be subject to a fixed management fee, (which the Council expects to be a payment to the Council), plus % open book surplus share. The annual estimated value of the Contract in respect of turnover generation for the Interim Period is in the range of £1m to £1.5m. In respect of the new facility the current business case projections are that operations, activities and events run from the facility could generate approx. £4M turnover per annum. All values are exclusive of inflation and VAT. The duration of the Interim Phase is dependent upon when the new facility opens but is likely to run for around 3 years. Once the new facility opens the Contract will then run for a further 10 years. The contract may be subsequently extended subject to agreement of both parties by a further 5 years. It is the Council's view that the object of the contractual arrangements are classified as a service concession contract under the Public Concessions Regulations (2016) and furthermore fall under the scope of the Light Touch Regime services listed under Schedule 3 of the regulations. In the interests of transparency, fairness, equality of opportunity, best value and future development flexibility, the Council will undertake an FTS advertised procurement process which encompasses aspects of the Competitive Dialogue and Competitive Procedure with Negotiation processes as set out within the Public Contracts Regulations (2015). The first stage of the procurement process will invite Applicants to submit selection questionnaires. The top scoring 5-6 qualified Applicants will then be invited to submit detailed tenders which will be assessed on a 60/40 basis in favour of quality. Following evaluation of Initial Tenders, the Council will have the option of proceeding to award or engage in further dialogue and invite best & final tenders from the highest scoring Bidders. The procurement programme is summarised in the table below. • Contract Notice issued - 17.11.23 • SSQ stage documents issued - 17.11.23 • SSQ submission deadline - 11.12.23 - 12:00 • SSQ shortlisting results notification - 19.12.23 • Tender pack issued - 05.01.24 • Site visit - 11.01.24 • Dialogue meetings - 16-18.01.24 & 23-25.01.24 • Tender submission deadline - 11.03.24 • Invitation to submit best and final offers - 08.04.24 • Negotiation meetings - w/c 15.04.24 • Best & final tender submission deadline - 29.04.24 12:00 • Notification of award decision - 07.06.24 • Completion of standstill period - 17.06.24 23:59 • Contract Award - 18.06.24 The Council will administrate the procurement process using its e-sourcing system ProContract/SEBP which can be accessed via https://sebp.due-north.com/.
£87,000,000
Contract value
Rushmoor Borough Council (the 'council') will be re-tendering its Cleaning and Security contract in place at The Meads, Farnborough. Alongside this the Council is also considering its options for re-tendering its cleaning & security arrangements in place across a further three of its key investment assets located in Guildford, Aldershot and Frimley. The subsequent formal procurement process, which will be run as an over threshold openly advertised covered procurement, is targeted for issue in early March 2026. Prior to undertaking this process, the Council is keen to engage with the market to gain feedback & insight via a formal Preliminary Market Engagement process that will help inform its final technical, commercial, contracting and procurement strategy. One of the Council's key considerations which will be tested through this preliminary market engagement process, is whether to procure all security & cleaning services across all sites under one contract, split contracts by service, split contracts by property asset and other potential bidding combinations. The award date for the contract/s is targeted for 16th May 2026 with commencement of services to run from 1st September 2026. The Council anticipates letting the contract/s on a 3-year base term with options to extend up to a maximum of 7 years but will be seeking views from the market on this element. The combined value of all services across all sites is currently in the region of £730,000 per annum (excluding VAT). This is broken down in more detail further in the PME brief document which is available on Rushmoor Borough Council's e-tendering solution, Procontract, a link to the site can be found here - https://procontract.due-north.com/Login. Overview of Sites, Requirements & Current Budget Levels The Council requires high-quality cleaning and security suppliers who specialise in the delivery of services at the types of commercial property under council ownership, this includes: The Meads Shopping Centre The cleaning and security contracts are currently undertaken by Kingdom Facilities Management. The cleaning contract includes the common parts of the shopping centre and toilets, offices, multi-story car park, loading bays, street cleaning, gritting and light landscaping. This diverse cleaning and security contract includes the importance of a high-quality output, whilst also interacting with members of the public and tenants during the shopping centre opening hours. Whilst also keeping it secure at closing times. The security team will be responsible for 24-hour CCTV control room monitoring, security patrols, customer service and assist with meeting H&S requirements, attending to intruder alarms and fire alarms with the possibility of leading evacuations and calling relevant services. The centre is manned 24/7 with opening hours between 07:0 - 01:0 seven days a week, with the exception of Christmas Day. Full TUPE information will be available at the tendering stage upon completion of the Non-disclosure Agreement. Union Yard The current contract is undertaken by Gurkha security. Union Yard is a newly developed shopping area in Aldershot Town Centre. The Cleaning and security requirements include all outdoor common areas within the scheme. This includes courtyards and garden area, pedestrianised streets, public realm within close proximity, landscaping, street furniture, toilet block, and underground car park. Requirements include winter gritting, litter picking and cleaning a small toilet block facility which is used by tenants only who do not have toilet facilities in their small units. There is an emphasis of this being a porter style role rather than traditional security and cleaning with regular tenant and customer interaction. The hours may be subject to change but are currently Monday - Friday 07:0 - 17:00. As commercial expectations rise, we may need to change this to include the weekends. Currently the duties are carried out by one full-time site porter whose time is split approximately as 75% cleaning and 25% security. Ashbourne House The cleaning contract is currently undertaken by Churchill Cleaning Solutions. Ashbourne house is a multi-tenanted office block. It includes cleaning the internal common parts, such as reception, stairways, lifts and common WCs. Also includes periodic cleans of hard floors and carpeted areas within the common parts and regular external cleans. The contract is based on two cleaners attending daily. Security guarding for this site is only on an ad-hoc basis, such traveller encampments into the adjoining park and ride car park. There is response security (off site). Frimley 4.4: The contract is undertaken by Mobius security and Protective Services. This is a large business unit on a multi-let estate and includes cleaning of common-part and retained areas including reception, stairways and common WCs. There is manned security and associated costs for staff specifically employed to undertake security duties onsite. Security contract includes additional items such as radio equipment and uniforms. Procurement Process and Programme Following completion of the Preliminary Market Engagement process, the Council is targeting to commence a formal procurement process following the Open Procedure via issue of a Tender Notice on 9th March 2026 with contract award to the successful Operator targeted for 16th May 2026. The contract is targeted for commencement on 1st September 2026. The Council will give the successful services providers a minimum of 3-month mobilisation period to ensure seamless service is maintained. The Council is seeking feedback from the market in relation to the proposed mobilisation period as part of this preliminary procurement engagement process. The current indicative procurement programme is set out below: Tender Notice Issued 9th March 2026 Tender Pack Issued on ProContract - 9th March 2026 Mandatory Site Tour and Bidders Briefing - 18th March 2026 Deadline for Requests for Clarification - 1st April 2026 @23:59 Tender return deadline - 10th April 2026 @12:0 Award Decision & Assessment Summaries Issued 5th May 2026 Contract Award Notice Issued 5th May 2026 Standstill Period Starts 6th May 2026 Standstill Period Ends 15th May 2026 @23:59 Contract Award - 16th May 2026 Mobilisation - 16th May - 31st August 2026 Contract Commencement - 1st September 2026 The full preliminary market engagement documentation pack can be accessed using the following link: https://procontract.due-north.com/Login
£5,593,597.41
Contract value
Rushmoor Borough Council (the 'Council') will be issuing a tender for a repairs and maintenance term service contract in April 2026. Prior to commencing the formal procurement process the Council is seeking to engage with the market to gain insight on interest and capacity plus market input in respect of technical scope, contractual arrangements, service levels, commercial model, procurement strategy, etc. The proposed term service contract will cover the entirety of the Council's jurisdictional geographical area, which covers Aldershot, Farnborough and some surrounding areas. The commercial assets which the contract will service include for a theatre, council offices, pavilions, public conveniences, sports facilities plus a number of other building types. The contract will primarily cover the delivery of responsive repair services, ensuring timely and effective resolution of maintenance issues as they arise, typically up to £10,000 maximum repair value. Spend on response repair services varies per year but on average is approx. £200k (excluding VAT - all further figures also excluding VAT) per annum. The Council will also investigate inclusion of other non-core work types within the term service contract covering areas such as groundworks & landscaping, drainage, electrical and mechanical works. If included for this could increase the value of the contract by a further £100k per annum. In addition to this core provision, the contract will include the option to commission capital expenditure (CapEx) project works valued between £10,000 and £100,000, noting that most projects will be between £10,000 - £30,000. Capital projects above £10,000 are not guaranteed within the contract but will generally be procured through it where appropriate. Where the Council opts to invite competitive bids for delivery of £10k - £100k project works the term service contactor, subject to capacity & performance, will generally be invited to bid. Generally, the Council will opt towards competitive bidding rather than using the term service contract for higher value above £30,0000 contracts although a range of considerations will be taken into account including for urgency, future maintenance efficiencies, etc. The level of demand for capital projects can vary significantly, and no commitment can be made regarding the volume or frequency of such works. Spend on capital projects that could be covered within the scope of the future contract varies from between £350k - £700k per annum. However, noting that a significant proportion of any future spend will be subject to competitive bidding processes, the value of capital projects let via the term service contract is unlikely to exceed over 50% of the overall in scope capital project budget for any one year. The award date for the contract is targeted for 1st July 2026 with commencement of services to run from 1st September 2026. The Council anticipates letting the contract on a 2-year base term with options to extend up to a maximum of 5 years but will be seeking views from the market on this element. SCOPE The Council will requires the services of a high-quality contractor who specialises in the delivery of repairs and maintenance across the Council's built environment, to include core scope multi-trade requirements such as carpentry/plumbing/decorating/plastering/boarding and locksmithing. In addition to the core-scope activities, the Council would also ideally like to include for non-core activities such as groundworks, path/pavement and minor road repairs, drainage, jetting and inspection, chamber repairs and electrical works so a contractor who can effectively direct delivery or manage such works via sub-contracting could be beneficial. FURTHER INFORMATION In addition to the information contained within this Notice, the Council has also made available a detailed Preliminary Market Engagement Brief and additional information in respect of the sites, scope, demand and draft specifications via the Council's e-sourcing system, ProContract. CONTRACT DURATION & TERMS The award date for the contract is targeted for 1st July 2026 with commencement of services to run from 1st September 2026. The Council anticipates letting the contract on a 2-year base term with options to extend up to a maximum of 5 years but will be seeking views from the market on this element ENVISAGED PROCUREMENT PROCESS & PROGRAMME The Council is considering running a competitive tending procedure in accordance with the 'Open Procedure' as defined within the Procurement Act 2023. The Council envisages undertaking the future procurement process in line with the following draft summary procurement programme, however it should be noted that the dates below are purely indicative and may be subject to future change. Tender Notice Issued - 6th April 2026 Tender Pack Issued on ProContract - 6th April 2026 Mandatory Site Visits - 16th - 22nd April 2026 Deadline for Requests for Clarification - 29th April 2026 @23:59 Tender return deadline - 15th May 2026 @17:0 Award Decision & Assessment Summaries Issued - 15th June 2026 Contract Award Notice Issued - 15th June 2026 Standstill Period Starts - 16th June 2026 Standstill Period Ends - 25th June 2026 @23:59 Contract Award - 26th June 2026 Mobilisation - 1st July - 31st August 2026 Contract Commencement - 1st September 2026 PROCUREMENT ADMINISTRATION The Council will administrate the procurement process using the Council's e-sourcing system, ProContract, which will be used for: • Access to and issue of procurement information and documentation • Pre-tender submission clarification requests and response • Tender submission • Tender opening & access to responses • Post-tender submission clarification requests and response • Award decision notification and feedback The In-tend system can be accessed free of charge via the following web link: https://procontract.due-north.com/ ENVISAGED EVALUATION WEIGHTINGS The Council is considering an evaluation percentage split focused on quality of service, which may include for a 60/40 ratio in favour of quality.
£3,500,000
Contract value
Rushmoor Borough Council (the 'Council') will be issuing a tender for a repairs and maintenance term service contract in April 2026. Prior to commencing the formal procurement process the Council is seeking to engage with the market to gain insight on interest and capacity plus market input in respect of technical scope, contractual arrangements, service levels, commercial model, procurement strategy, etc. The proposed term service contract will cover the entirety of the Council's jurisdictional geographical area, which covers Aldershot, Farnborough and some surrounding areas. The commercial assets which the contract will service include for a theatre, council offices, pavilions, public conveniences, sports facilities plus a number of other building types. The contract will primarily cover the delivery of responsive repair services, ensuring timely and effective resolution of maintenance issues as they arise, typically up to £10,000 maximum repair value. Spend on response repair services varies per year but on average is approx. £200k (excluding VAT - all further figures also excluding VAT) per annum. The Council will also investigate inclusion of other non-core work types within the term service contract covering areas such as groundworks & landscaping, drainage, electrical and mechanical works. If included for this could increase the value of the contract by a further £100k per annum. In addition to this core provision, the contract will include the option to commission capital expenditure (CapEx) project works valued between £10,000 and £100,000, noting that most projects will be between £10,000 - £30,000. Capital projects above £10,000 are not guaranteed within the contract but will generally be procured through it where appropriate. Where the Council opts to invite competitive bids for delivery of £10k - £100k project works the term service contactor, subject to capacity & performance, will generally be invited to bid. Generally, the Council will opt towards competitive bidding rather than using the term service contract for higher value above £30,0000 contracts although a range of considerations will be taken into account including for urgency, future maintenance efficiencies, etc. The level of demand for capital projects can vary significantly, and no commitment can be made regarding the volume or frequency of such works. Spend on capital projects that could be covered within the scope of the future contract varies from between £350k - £700k per annum. However, noting that a significant proportion of any future spend will be subject to competitive bidding processes, the value of capital projects let via the term service contract is unlikely to exceed over 50% of the overall in scope capital project budget for any one year. The award date for the contract is targeted for 1st July 2026 with commencement of services to run from 1st September 2026. The Council anticipates letting the contract on a 2-year base term with options to extend up to a maximum of 5 years but will be seeking views from the market on this element. SCOPE The Council will requires the services of a high-quality contractor who specialises in the delivery of repairs and maintenance across the Council's built environment, to include core scope multi-trade requirements such as carpentry/plumbing/decorating/plastering/boarding and locksmithing. In addition to the core-scope activities, the Council would also ideally like to include for non-core activities such as groundworks, path/pavement and minor road repairs, drainage, jetting and inspection, chamber repairs and electrical works so a contractor who can effectively direct delivery or manage such works via sub-contracting could be beneficial. FURTHER INFORMATION In addition to the information contained within this Notice, the Council has also made available a detailed Preliminary Market Engagement Brief and additional information in respect of the sites, scope, demand and draft specifications via the Council's e-sourcing system, ProContract. CONTRACT DURATION & TERMS The award date for the contract is targeted for 1st July 2026 with commencement of services to run from 1st September 2026. The Council anticipates letting the contract on a 2-year base term with options to extend up to a maximum of 5 years but will be seeking views from the market on this element ENVISAGED PROCUREMENT PROCESS & PROGRAMME The Council is considering running a competitive tending procedure in accordance with the 'Open Procedure' as defined within the Procurement Act 2023. The Council envisages undertaking the future procurement process in line with the following draft summary procurement programme, however it should be noted that the dates below are purely indicative and may be subject to future change. Tender Notice Issued - 6th April 2026 Tender Pack Issued on ProContract - 6th April 2026 Mandatory Site Visits - 16th - 22nd April 2026 Deadline for Requests for Clarification - 29th April 2026 @23:59 Tender return deadline - 15th May 2026 @17:0 Award Decision & Assessment Summaries Issued - 15th June 2026 Contract Award Notice Issued - 15th June 2026 Standstill Period Starts - 16th June 2026 Standstill Period Ends - 25th June 2026 @23:59 Contract Award - 26th June 2026 Mobilisation - 1st July - 31st August 2026 Contract Commencement - 1st September 2026 PROCUREMENT ADMINISTRATION The Council will administrate the procurement process using the Council's e-sourcing system, ProContract, which will be used for: • Access to and issue of procurement information and documentation • Pre-tender submission clarification requests and response • Tender submission • Tender opening & access to responses • Post-tender submission clarification requests and response • Award decision notification and feedback The In-tend system can be accessed free of charge via the following web link: https://procontract.due-north.com/ ENVISAGED EVALUATION WEIGHTINGS The Council is considering an evaluation percentage split focused on quality of service, which may include for a 60/40 ratio in favour of quality.
£3,500,000
Contract value
Following completion of the Preliminary Market Engagement process, Rushmoor Borough Council - the 'Council' - will undertake a formal procurement process to appoint a leisure operator to manage both the existing Aldershot Pools & Lido, and a proposed new leisure centre in Farnborough. The new Farnborough facility will be located in the regenerated Civic Quarter, which seeks to provide a new community heart in the town centre. 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: (i) the Interim Phase, during which the contractor will manage the Aldershot facility and provide pre-opening services in relation to Farnborough, and (ii) 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 the end of February 2026. The Interim Phase of the Contract is planned to commence shortly afterwards, at which point the Operator will be required to commence delivery of services at the existing Aldershot facilities. 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. Payment of a significant management fee - and a surplus share - to the Council is an important part of ensuring the business case to deliver the facility is robust and allows for the proposed development to proceed. The key specific priorities for the Council which are developed within the operational specification are: • To increase physical activity and participation through the activities in our Leisure Facilities • To ensure leisure facilities will promote and address improved physical and mental health and well-being in the borough • To ensure that mental and physical health is addressed through a wide programme of activities, both within the Leisure Facilities and on an outreach basis • Employment of a Health and Wellbeing Officer to establish links with local health and care services and providers to provide pathways into physical exercise and wellbeing activities, particularly for residents with poorer health outcomes. • To ensure that opportunities for active travel are promoted • To reduce energy consumption in the operational delivery of the contract to support the Authority's ambition to become carbon neutral • That in operating the Leisure Facilities there is a focus on both income generation and social outcomes. Ensuring that children and young people start to become physically active from an early age, adults integrate physical activity into their everyday lives, and older people stay active are key principles for this new operational management contract. The Council wishes this operational management contract to focus on: • Improving the health and wellbeing of the whole community • Contributing to reduced obesity levels, particularly for priority groups • Contributing to improved mental health levels in the community, particularly for priority groups • Increasing levels of participation in physical activity and sport through behaviour change The Council has identified the following key Strategic Priorities for the Services to be delivered by the Operator Partner which are designed to contribute to the Council's wider local Strategic Outcomes. • Deliver high quality Services that meet the Performance Standards and exceed customer expectations • Deliver financially and environmentally sustainable Facilities • Ensure Facilities are maintained to a high standard throughout the life of the contract • Increase inclusive opportunities to participate in sport and physical activity, from beginner to performance level for all sections of the community • Increase activity levels from underrepresented/priority groups identified as having no or low levels of physical activity including people with disabilities and their priority groups • Improved access to Facilities, activities and opportunities for priority groups that participate less in sport and physical activity, including people with disabilities • Provide wider social value through strong and positive engagement with partners/community • Support the development of local sports clubs to deliver • Ensure programmes and activities provide maximise use of all the Facilities • Ensure Facilities remain commercially attractive, recognising that a quality environment attracts participation. The Operator will be required to achieve and maintain the Sport England recommended Quest Facility Management accreditation scheme (or any equivalent successor scheme) for the Facilities, and Quest for the Active Communities Programme (Health and Wellbeing Development Programme). This should be obtained by: • The end of Year 2 of the Main Phase of the contract for the Health and Wellbeing Development Programme. • The end of Year 2 of the Main Phase of the contract for the new Farnborough Leisure Centre and Aldershot Pools & Lido for the Facility Management accreditation. The Operator will be required to achieve and maintain a minimum standard of 'Excellent' for the Sport England recommended Quest ™/Quest ™ Plus Facility Management accreditation scheme (or any equivalent successor scheme) and Quest ™/ Quest ™ Plus Active Communities scheme for the outreach Health and Wellbeing Programme. The envisaged partnership and operational management contract will operate on an open book basis. The contract 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. During the Interim Phase, the Council is proposing to contract on a 'fixed fee' basis. The Council will pay the Operator a fixed annual 'Contractor Management Sum', (sum tbc), in quarterly instalments. The sum will be set by the Council and may be adjusted through the procurement process. It is envisaged that the Operator will then issue the Council a monthly invoice in respect of a Monthly Service Charge, (operating costs and expenditure, minus all operating income plus an apportionment of the quarterly 'contractor management sum'). This will in effect underwrite any losses incurred by the Operator on a dynamic open book basis which protects against under and over payments. Upon opening of the new facility, the payment model will be subject to a fixed management fee, (a payment to the Council), plus % open book surplus share. Whilst the Council will require a fixed management fee and surplus share, tenderers may have the ability to profile fees and surplus share percentages. The Council will be seeking a hybrid approach in relation to servicing and maintenance of the sites. The Operator will take on full delivery and risk for all aspects of facilities management, servicing, reactive maintenance and lifecycle maintenance for the new Farnborough Leisure Centre. In respect of the Aldershot site, the Operator will be required to take on responsibility and risk for facilities management, servicing and reactive repairs but will not be required to take on lifecycle maintenance responsibility. It is envisaged that the Operator will take risk on all costs of operation, other than in respect of utilities where the Council may accept risk in respect of tariff fluctuations. The Council's starting position will be that consumption risk will still sit with the Operator. Where possible and where it is in the interests of the achieving best value, the Council may allow access to any advantageous utilities rates that it has leveraged from the market. In respect of the new Farnborough Leisure Centre, a utility benchmarking exercise will be undertaken twelve months after the opening of the new facility to assess any change in tariff rates. The finalised speciation will be based upon the Sport England template as set out in its latest Leisure Services Delivery Guidance (LSDG). The scope of services that the Operator will be responsible for can be summarised as: • Equipment fit out of the new Farnborough Leisure Centre • Operation, programming, activities & events • Marketing, promotion & communication • Customer on-boarding, booking, account management, website, back office & customer service • Facilities management, Health & Safety management, Servicing, Repairs & Maintenance • Open book performance reporting, partnership working & continuous improvement The annual estimated value of the Contract in respect of turnover generation for the Interim Period 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. 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 in excess of £2.5m turnover per annum. The duration of the Interim Phase is dependent on the date when the new facility is ready to be opened but is likely to run for around 18 months to 2 years. Once the new facility opens the Contract will then run for a further 10 years. The contract may be subsequently extended by up to a further 5 years.
Value undisclosed
Following completion of the Preliminary Market Engagement process, Rushmoor Borough Council - the 'Council' - will undertake a formal procurement process to appoint a leisure operator to manage both the existing Aldershot Pools & Lido, and a proposed new leisure centre in Farnborough. The new Farnborough facility will be located in the regenerated Civic Quarter, which seeks to provide a new community heart in the town centre. 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: (i) the Interim Phase, during which the contractor will manage the Aldershot facility and provide pre-opening services in relation to Farnborough, and (ii) 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 the end of February 2026. The Interim Phase of the Contract is planned to commence shortly afterwards, at which point the Operator will be required to commence delivery of services at the existing Aldershot facilities. 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. Payment of a significant management fee - and a surplus share - to the Council is an important part of ensuring the business case to deliver the facility is robust and allows for the proposed development to proceed. The key specific priorities for the Council which are developed within the operational specification are: • To increase physical activity and participation through the activities in our Leisure Facilities • To ensure leisure facilities will promote and address improved physical and mental health and well-being in the borough • To ensure that mental and physical health is addressed through a wide programme of activities, both within the Leisure Facilities and on an outreach basis • Employment of a Health and Wellbeing Officer to establish links with local health and care services and providers to provide pathways into physical exercise and wellbeing activities, particularly for residents with poorer health outcomes. • To ensure that opportunities for active travel are promoted • To reduce energy consumption in the operational delivery of the contract to support the Authority's ambition to become carbon neutral • That in operating the Leisure Facilities there is a focus on both income generation and social outcomes. Ensuring that children and young people start to become physically active from an early age, adults integrate physical activity into their everyday lives, and older people stay active are key principles for this new operational management contract. The Council wishes this operational management contract to focus on: • Improving the health and wellbeing of the whole community • Contributing to reduced obesity levels, particularly for priority groups • Contributing to improved mental health levels in the community, particularly for priority groups • Increasing levels of participation in physical activity and sport through behaviour change The Council has identified the following key Strategic Priorities for the Services to be delivered by the Operator Partner which are designed to contribute to the Council's wider local Strategic Outcomes. • Deliver high quality Services that meet the Performance Standards and exceed customer expectations • Deliver financially and environmentally sustainable Facilities • Ensure Facilities are maintained to a high standard throughout the life of the contract • Increase inclusive opportunities to participate in sport and physical activity, from beginner to performance level for all sections of the community • Increase activity levels from underrepresented/priority groups identified as having no or low levels of physical activity including people with disabilities and their priority groups • Improved access to Facilities, activities and opportunities for priority groups that participate less in sport and physical activity, including people with disabilities • Provide wider social value through strong and positive engagement with partners/community • Support the development of local sports clubs to deliver • Ensure programmes and activities provide maximise use of all the Facilities • Ensure Facilities remain commercially attractive, recognising that a quality environment attracts participation. The Operator will be required to achieve and maintain the Sport England recommended Quest Facility Management accreditation scheme (or any equivalent successor scheme) for the Facilities, and Quest for the Active Communities Programme (Health and Wellbeing Development Programme). This should be obtained by: • The end of Year 2 of the Main Phase of the contract for the Health and Wellbeing Development Programme. • The end of Year 2 of the Main Phase of the contract for the new Farnborough Leisure Centre and Aldershot Pools & Lido for the Facility Management accreditation. The Operator will be required to achieve and maintain a minimum standard of 'Excellent' for the Sport England recommended Quest ™/Quest ™ Plus Facility Management accreditation scheme (or any equivalent successor scheme) and Quest ™/ Quest ™ Plus Active Communities scheme for the outreach Health and Wellbeing Programme. The envisaged partnership and operational management contract will operate on an open book basis. The contract 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. During the Interim Phase, the Council is proposing to contract on a 'fixed fee' basis. The Council will pay the Operator a fixed annual 'Contractor Management Sum', (sum tbc), in quarterly instalments. The sum will be set by the Council and may be adjusted through the procurement process. It is envisaged that the Operator will then issue the Council a monthly invoice in respect of a Monthly Service Charge, (operating costs and expenditure, minus all operating income plus an apportionment of the quarterly 'contractor management sum'). This will in effect underwrite any losses incurred by the Operator on a dynamic open book basis which protects against under and over payments. Upon opening of the new facility, the payment model will be subject to a fixed management fee, (a payment to the Council), plus % open book surplus share. Whilst the Council will require a fixed management fee and surplus share, tenderers may have the ability to profile fees and surplus share percentages. The Council will be seeking a hybrid approach in relation to servicing and maintenance of the sites. The Operator will take on full delivery and risk for all aspects of facilities management, servicing, reactive maintenance and lifecycle maintenance for the new Farnborough Leisure Centre. In respect of the Aldershot site, the Operator will be required to take on responsibility and risk for facilities management, servicing and reactive repairs but will not be required to take on lifecycle maintenance responsibility. It is envisaged that the Operator will take risk on all costs of operation, other than in respect of utilities where the Council may accept risk in respect of tariff fluctuations. The Council's starting position will be that consumption risk will still sit with the Operator. Where possible and where it is in the interests of the achieving best value, the Council may allow access to any advantageous utilities rates that it has leveraged from the market. In respect of the new Farnborough Leisure Centre, a utility benchmarking exercise will be undertaken twelve months after the opening of the new facility to assess any change in tariff rates. The finalised speciation will be based upon the Sport England template as set out in its latest Leisure Services Delivery Guidance (LSDG). The scope of services that the Operator will be responsible for can be summarised as: • Equipment fit out of the new Farnborough Leisure Centre • Operation, programming, activities & events • Marketing, promotion & communication • Customer on-boarding, booking, account management, website, back office & customer service • Facilities management, Health & Safety management, Servicing, Repairs & Maintenance • Open book performance reporting, partnership working & continuous improvement The annual estimated value of the Contract in respect of turnover generation for the Interim Period 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. 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 in excess of £2.5m turnover per annum. The duration of the Interim Phase is dependent on the date when the new facility is ready to be opened but is likely to run for around 18 months to 2 years. Once the new facility opens the Contract will then run for a further 10 years. The contract may be subsequently extended by up to a further 5 years.
Value undisclosed
Following completion of the Preliminary Market Engagement process, Rushmoor Borough Council - the 'Council' - will undertake a formal procurement process to appoint a leisure operator to manage both the existing Aldershot Pools & Lido, and a proposed new leisure centre in Farnborough. The new Farnborough facility will be located in the regenerated Civic Quarter, which seeks to provide a new community heart in the town centre. 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: (i) the Interim Phase, during which the contractor will manage the Aldershot facility and provide pre-opening services in relation to Farnborough, and (ii) 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 the end of February 2026. The Interim Phase of the Contract is planned to commence shortly afterwards, at which point the Operator will be required to commence delivery of services at the existing Aldershot facilities. 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. Payment of a significant management fee - and a surplus share - to the Council is an important part of ensuring the business case to deliver the facility is robust and allows for the proposed development to proceed. The key specific priorities for the Council which are developed within the operational specification are: • To increase physical activity and participation through the activities in our Leisure Facilities • To ensure leisure facilities will promote and address improved physical and mental health and well-being in the borough • To ensure that mental and physical health is addressed through a wide programme of activities, both within the Leisure Facilities and on an outreach basis • Employment of a Health and Wellbeing Officer to establish links with local health and care services and providers to provide pathways into physical exercise and wellbeing activities, particularly for residents with poorer health outcomes. • To ensure that opportunities for active travel are promoted • To reduce energy consumption in the operational delivery of the contract to support the Authority's ambition to become carbon neutral • That in operating the Leisure Facilities there is a focus on both income generation and social outcomes. Ensuring that children and young people start to become physically active from an early age, adults integrate physical activity into their everyday lives, and older people stay active are key principles for this new operational management contract. The Council wishes this operational management contract to focus on: • Improving the health and wellbeing of the whole community • Contributing to reduced obesity levels, particularly for priority groups • Contributing to improved mental health levels in the community, particularly for priority groups • Increasing levels of participation in physical activity and sport through behaviour change The Council has identified the following key Strategic Priorities for the Services to be delivered by the Operator Partner which are designed to contribute to the Council's wider local Strategic Outcomes. • Deliver high quality Services that meet the Performance Standards and exceed customer expectations • Deliver financially and environmentally sustainable Facilities • Ensure Facilities are maintained to a high standard throughout the life of the contract • Increase inclusive opportunities to participate in sport and physical activity, from beginner to performance level for all sections of the community • Increase activity levels from underrepresented/priority groups identified as having no or low levels of physical activity including people with disabilities and their priority groups • Improved access to Facilities, activities and opportunities for priority groups that participate less in sport and physical activity, including people with disabilities • Provide wider social value through strong and positive engagement with partners/community • Support the development of local sports clubs to deliver • Ensure programmes and activities provide maximise use of all the Facilities • Ensure Facilities remain commercially attractive, recognising that a quality environment attracts participation. The Operator will be required to achieve and maintain the Sport England recommended Quest Facility Management accreditation scheme (or any equivalent successor scheme) for the Facilities, and Quest for the Active Communities Programme (Health and Wellbeing Development Programme). This should be obtained by: • The end of Year 2 of the Main Phase of the contract for the Health and Wellbeing Development Programme. • The end of Year 2 of the Main Phase of the contract for the new Farnborough Leisure Centre and Aldershot Pools & Lido for the Facility Management accreditation. The Operator will be required to achieve and maintain a minimum standard of 'Excellent' for the Sport England recommended Quest ™/Quest ™ Plus Facility Management accreditation scheme (or any equivalent successor scheme) and Quest ™/ Quest ™ Plus Active Communities scheme for the outreach Health and Wellbeing Programme. The envisaged partnership and operational management contract will operate on an open book basis. The contract 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. During the Interim Phase, the Council is proposing to contract on a 'fixed fee' basis. The Council will pay the Operator a fixed annual 'Contractor Management Sum', (sum tbc), in quarterly instalments. The sum will be set by the Council and may be adjusted through the procurement process. It is envisaged that the Operator will then issue the Council a monthly invoice in respect of a Monthly Service Charge, (operating costs and expenditure, minus all operating income plus an apportionment of the quarterly 'contractor management sum'). This will in effect underwrite any losses incurred by the Operator on a dynamic open book basis which protects against under and over payments. Upon opening of the new facility, the payment model will be subject to a fixed management fee, (a payment to the Council), plus % open book surplus share. Whilst the Council will require a fixed management fee and surplus share, tenderers may have the ability to profile fees and surplus share percentages. The Council will be seeking a hybrid approach in relation to servicing and maintenance of the sites. The Operator will take on full delivery and risk for all aspects of facilities management, servicing, reactive maintenance and lifecycle maintenance for the new Farnborough Leisure Centre. In respect of the Aldershot site, the Operator will be required to take on responsibility and risk for facilities management, servicing and reactive repairs but will not be required to take on lifecycle maintenance responsibility. It is envisaged that the Operator will take risk on all costs of operation, other than in respect of utilities where the Council may accept risk in respect of tariff fluctuations. The Council's starting position will be that consumption risk will still sit with the Operator. Where possible and where it is in the interests of the achieving best value, the Council may allow access to any advantageous utilities rates that it has leveraged from the market. In respect of the new Farnborough Leisure Centre, a utility benchmarking exercise will be undertaken twelve months after the opening of the new facility to assess any change in tariff rates. The finalised speciation will be based upon the Sport England template as set out in its latest Leisure Services Delivery Guidance (LSDG). The scope of services that the Operator will be responsible for can be summarised as: • Equipment fit out of the new Farnborough Leisure Centre • Operation, programming, activities & events • Marketing, promotion & communication • Customer on-boarding, booking, account management, website, back office & customer service • Facilities management, Health & Safety management, Servicing, Repairs & Maintenance • Open book performance reporting, partnership working & continuous improvement The annual estimated value of the Contract in respect of turnover generation for the Interim Period 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. 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 in excess of £2.5m turnover per annum. The duration of the Interim Phase is dependent on the date when the new facility is ready to be opened but is likely to run for around 18 months to 2 years. Once the new facility opens the Contract will then run for a further 10 years. The contract may be subsequently extended by up to a further 5 years.
Value undisclosed