Buyer Name: Rushmoor Borough Council
Buyer Address: Farnborough Road, Farnborough, UKJ37, GU14 7JU, United Kingdom
Contact Email: procurement5@rushmoor.gov.uk
Buyer Name: Rushmoor Borough Council
Buyer Address: Farnborough Road, Farnborough, UKJ37, GU14 7JU, United Kingdom
Contact Email: procurement5@rushmoor.gov.uk
Buyer Name: Portsmouth City Council
Buyer Address: Civic Offices, Guildhall Square, Portsmouth, UKJ31, PO1 2AL, United Kingdom
Contact Email: procurement@portsmouthcc.gov.uk
INTRODUCTION Rushmoor Borough Council ('the council') is inviting tenders from suitably qualified suppliers for the remediation of the ground within the boundary of the former Farnborough Leisure Centre (FLC). This follows the demolition of the 2 main leisure centre buildings in 2022. Remediation to the ground is now required to prepare the site for redevelopment. OUTLINE SCOPE The demolition works are anticipated to include: • Break out remaining deep foundations • Remove remaining pile foundations to a depth of 5m • Remove asbestos contaminated ground and AIB/asbestos cement debris • Break out concrete slab to remove asbestos contaminated slab and ground below • Certify clearance of each area on completion. FORM OF CONTRACT The council will let the contract using the JCT Minor Works Building Contract 2024 Edition in accordance with the Articles, Recitals, Particulars, etc. set out within the Preliminaries & General Conditions document accessible via the council's e-sender system ProContract. KEY DATES & ESTIMATED VALUE The council is targeting award of contract by 28th July 2025 with works to commence on site from 8th September and to be completed by no later than 5th December. The works value is estimated at approximately between £350,000 to £425,000 excluding VAT. The council reserves the right to set aside any tenders received which exceed £500,000. PROCUREMENT PROCESS & PROGRAMME In respect of application of the Procurement Act 2023 and Procurement Regulations 2024 the council considers that the object of the contract is concerned with 'works' and due to the value falling below the current statutory threshold of £5,372,609 (inc. VAT) for works, the procurement is 'below threshold'. Subsequently, the council's position is that the procurement process is not classed as a 'covered procurement' and the contract is not classed as a 'public contract' under the Procurement Act 2023. As the contract is classed as a works contract and has an estimated value which exceeds £213,477 (inc. VAT) the council has included for 'conditions of participation', as permitted under Part 6 of the Procurement Act 2023 which require tenderers to meet defined legal & financial standing and technical ability requirements pertaining previous experience. To achieve this the council has reviewed and amended the Procurement Specific Questionnaire (PSQ) developed by the Government Commercial Function for use on below threshold procurement processes. This amended PSQ - Below Threshold Works document is accessible via the council's e-sender system ProContract. In order to complete and return the PSQ - Below Threshold Works document, the Council requires interested suppliers to register their details on the Central Digital Platform and upload and/or check that their core Supplier information on the Central Digital Platform is all up to date and accurate. Whilst the procurement is not a 'covered procurement', the council is undertaking the procurement process in general accordance with the 'open procedure', however this does not imply that the council is bound by any legal requirements of the Procurement Act 2023 and Procurement Regulations 2024 which only apply to 'covered procurements' and 'public contracts'. The procurement timetable is set out below and, while the council does not intend to depart from it, it reserves the right to do so at any time. Any changes to the procurement programme will be communicated via the council's e-sender system ProContract in the first instance. • Contract notice published on FTS - 4th June 2025 • Procurement documents available on ProContract - 4th June 2025 • Compulsory Site Visit - 17th June 2025 11:00 • Deadline for requests for clarification - 27th June 2025 17:00 • Tender return deadline - 7th July 2025 12:00 • Issue Award Decision - 28th July 2025 • Contract Execution & Mobilisation - August 2025 • Works Commencement (from) - 8th September 2025 • Works Completion (by) - 5th December 2025 COMPULSORY SITE VISIT A site visit will be held on Tuesday 17th June 11:00 at which interested suppliers will be taken on guided tour of the site by the council's Senior Building & Projects Manager - Graham King. Attendance at the site visit is a compulsory requirement of tendering and the council will reserve the right to set aside any tenders received from suppliers who cannot evidence attendance. Participating suppliers should report to the access gates at the site between 10:30 - 10:45 and ask for Graham King. The tour will start promptly at 11:00 and is expected to last for 1 hour. The address for the site is: Westmead, Farnborough, Hampshire, GU14 7LD. Suppliers must confirm full names and positions of attendees via the Council's e-sender system ProContract using the 'Messages & Clarifications' function by no later than Monday 16th June 17:00.
No linked documents found for this notice.
External Link: https://procontract.due-north.com/register
Link Description: The associated tender documentation can be accessed via the Council's e-sender system ProContract which can be accessed free of charge via the above weblink.
External Link: https://sebp.due-north.com/
Link Description: The technical specification and supporting appendices can be accessed via the Council's e-sender system ProContract which can be accessed free of charge via the above weblink.
External Link: https://www.find-tender.service.gov.uk/Notice/030302-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 425,000.00
Lot 1 Value (Gross): GBP 510,000.00
Lot 1 Contract Start: 2025-09-08T00:00:00+01:00
Lot 1 Contract End: 2025-12-05T23:59:59Z
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Technical Method Statements (15%)
Lot 1 Award Criterion (quality): Risk, Health and Safety Management (10%)
Lot 1 Award Criterion (quality): Programme (5%)
Lot 1 Award Criterion (quality): Key Personnel Resource and Works Management (5%)
Lot 1 Award Criterion (quality): Delivery Resource Plan (5%)
Lot 1 Award Criterion (price): Lump Sum Price inclusive of OH/P (55%)
Lot 1 Award Criterion (price): OH/P % for Variations (5%)
Document Description: The associated tender documentation can be accessed via the Council's e-sender system ProContract which can be accessed free of charge via the above weblink.
Document Description: The technical specification and supporting appendices can be accessed via the Council's e-sender system ProContract which can be accessed free of charge via the above weblink.
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PYHV-5798-RWLT",
"name": "Rushmoor Borough Council"
},
"date": "2025-06-05T14:48:14+01:00",
"id": "030302-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-0543c5",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Farnborough",
"postalCode": "GU14 7JU",
"region": "UKJ37",
"streetAddress": "Farnborough Road"
},
"contactPoint": {
"email": "procurement5@rushmoor.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.rushmoor.gov.uk/"
},
"id": "GB-PPON-PYHV-5798-RWLT",
"identifier": {
"id": "PYHV-5798-RWLT",
"scheme": "GB-PPON"
},
"name": "Rushmoor Borough Council",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Portsmouth",
"postalCode": "PO1 2AL",
"region": "UKJ31",
"streetAddress": "Civic Offices, Guildhall Square"
},
"contactPoint": {
"email": "procurement@portsmouthcc.gov.uk"
},
"details": {
"url": "https://www.portsmouth.gov.uk/"
},
"id": "GB-PPON-PCNL-5714-PRZV",
"identifier": {
"id": "PCNL-5714-PRZV",
"scheme": "GB-PPON"
},
"name": "Portsmouth City Council",
"roleDetails": "Procurement support services.",
"roles": [
"procuringEntity"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": false,
"description": "INTRODUCTION\nRushmoor Borough Council (\u0027the council\u0027) is inviting tenders from suitably qualified suppliers for the remediation of the ground within the boundary of the former Farnborough Leisure Centre (FLC). This follows the demolition of the 2 main leisure centre buildings in 2022. Remediation to the ground is now required to prepare the site for redevelopment.\nOUTLINE SCOPE\nThe demolition works are anticipated to include: \n\u2022\tBreak out remaining deep foundations\n\u2022\tRemove remaining pile foundations to a depth of 5m\n\u2022\tRemove asbestos contaminated ground and AIB/asbestos cement debris\n\u2022\tBreak out concrete slab to remove asbestos contaminated slab and ground below\n\u2022\tCertify clearance of each area on completion.\nFORM OF CONTRACT\nThe council will let the contract using the JCT Minor Works Building Contract 2024 Edition in accordance with the Articles, Recitals, Particulars, etc. set out within the Preliminaries \u0026 General Conditions document accessible via the council\u0027s e-sender system ProContract. \nKEY DATES \u0026 ESTIMATED VALUE\nThe council is targeting award of contract by 28th July 2025 with works to commence on site from 8th September and to be completed by no later than 5th December. \nThe works value is estimated at approximately between \u00a3350,000 to \u00a3425,000 excluding VAT. The council reserves the right to set aside any tenders received which exceed \u00a3500,000. \nPROCUREMENT PROCESS \u0026 PROGRAMME\nIn respect of application of the Procurement Act 2023 and Procurement Regulations 2024 the council considers that the object of the contract is concerned with \u0027works\u0027 and due to the value falling below the current statutory threshold of \u00a35,372,609 (inc. VAT) for works, the procurement is \u0027below threshold\u0027. \nSubsequently, the council\u0027s position is that the procurement process is not classed as a \u0027covered procurement\u0027 and the contract is not classed as a \u0027public contract\u0027 under the Procurement Act 2023.\nAs the contract is classed as a works contract and has an estimated value which exceeds \u00a3213,477 (inc. VAT) the council has included for \u0027conditions of participation\u0027, as permitted under Part 6 of the Procurement Act 2023 which require tenderers to meet defined legal \u0026 financial standing and technical ability requirements pertaining previous experience.\nTo achieve this the council has reviewed and amended the Procurement Specific Questionnaire (PSQ) developed by the Government Commercial Function for use on below threshold procurement processes. This amended PSQ - Below Threshold Works document is accessible via the council\u0027s e-sender system ProContract. \nIn order to complete and return the PSQ - Below Threshold Works document, the Council requires interested suppliers to register their details on the Central Digital Platform and upload and/or check that their core Supplier information on the Central Digital Platform is all up to date and accurate. \nWhilst the procurement is not a \u0027covered procurement\u0027, the council is undertaking the procurement process in general accordance with the \u0027open procedure\u0027, however this does not imply that the council is bound by any legal requirements of the Procurement Act 2023 and Procurement Regulations 2024 which only apply to \u0027covered procurements\u0027 and \u0027public contracts\u0027. \nThe procurement timetable is set out below and, while the council does not intend to depart from it, it reserves the right to do so at any time. Any changes to the procurement programme will be communicated via the council\u0027s e-sender system ProContract in the first instance. \n\u2022\tContract notice published on FTS - 4th June 2025\n\u2022\tProcurement documents available on ProContract - 4th June 2025\n\u2022\tCompulsory Site Visit - 17th June 2025 11:00\n\u2022\tDeadline for requests for clarification - 27th June 2025 17:00\n\u2022\tTender return deadline - 7th July 2025 12:00\n\u2022\tIssue Award Decision - 28th July 2025\n\u2022\tContract Execution \u0026 Mobilisation - August 2025\n\u2022\tWorks Commencement (from) - 8th September 2025\n\u2022\tWorks Completion (by) - 5th December 2025\nCOMPULSORY SITE VISIT\nA site visit will be held on Tuesday 17th June 11:00 at which interested suppliers will be taken on guided tour of the site by the council\u0027s Senior Building \u0026 Projects Manager - Graham King. \nAttendance at the site visit is a compulsory requirement of tendering and the council will reserve the right to set aside any tenders received from suppliers who cannot evidence attendance. \nParticipating suppliers should report to the access gates at the site between 10:30 - 10:45 and ask for Graham King. The tour will start promptly at 11:00 and is expected to last for 1 hour. \nThe address for the site is: Westmead, Farnborough, Hampshire, GU14 7LD. \nSuppliers must confirm full names and positions of attendees via the Council\u0027s e-sender system ProContract using the \u0027Messages \u0026 Clarifications\u0027 function by no later than Monday 16th June 17:00.",
"documents": [
{
"description": "The associated tender documentation can be accessed via the Council\u0027s e-sender system ProContract which can be accessed free of charge via the above weblink.",
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://procontract.due-north.com/register"
},
{
"description": "The technical specification and supporting appendices can be accessed via the Council\u0027s e-sender system ProContract which can be accessed free of charge via the above weblink.",
"documentType": "technicalSpecifications",
"id": "L-2",
"url": "https://sebp.due-north.com/"
},
{
"datePublished": "2025-06-05T14:48:14+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "030302-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/030302-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-06-27T17:00:00+01:00"
},
"id": "DN777250",
"items": [
{
"additionalClassifications": [
{
"description": "Demolition work",
"id": "45111100",
"scheme": "CPV"
},
{
"description": "Site preparation and clearance work",
"id": "45111200",
"scheme": "CPV"
},
{
"description": "Blasting work",
"id": "45111211",
"scheme": "CPV"
},
{
"description": "Site-clearance work",
"id": "45111213",
"scheme": "CPV"
},
{
"description": "Ground investigation work",
"id": "45111250",
"scheme": "CPV"
},
{
"description": "Soil-decontamination work",
"id": "45112340",
"scheme": "CPV"
},
{
"description": "Asbestos-removal work",
"id": "45262660",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ37"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Technical Method Statements",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Risk, Health and Safety Management",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Programme",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Key Personnel Resource and Works Management",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Delivery Resource Plan",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Lump Sum Price inclusive of OH/P",
"numbers": [
{
"number": 55,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"name": "OH/P % for Variations",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2025-12-05T23:59:59Z",
"startDate": "2025-09-08T00:00:00+01:00"
},
"id": "1",
"selectionCriteria": {
"criteria": [
{
"description": "As the contract is classed as a works contract and has an estimated value which exceeds \u00a3213,477 (inc. VAT) the council has included for \u0027conditions of participation\u0027 which require tenderers to meet defined legal \u0026 financial standing and technical ability requirements pertaining previous experience, as permitted under Part 6 of the Procurement Act 2023.\nTo achieve this the council has reviewed and amended the Procurement Specific Questionnaire (PSQ) developed by the Government Commercial Function for use on below threshold procurement processes. This amended PSQ - Below Threshold Works document is accessible via the council\u0027s e-sender system ProContract. \nIn order to complete and return the PSQ - Below Threshold Works document, the Council requires interested suppliers to register their details on the Central Digital Platform and upload and/or check that their core Supplier information on the Central Digital Platform is all up to date and accurate. \nThe Conditions of Participation which will apply to this procurement are set out below:\nPART 1 - SUPPLIER INFORMATION\nSection 1 - Supplier information\tPass/fail\nBidders must provide all information and submit Central Digital Platform (CDP) share code. \nPART 2 - ADDITIONAL EXCLUSIONS INFORMATION\n2A - associated persons\tPass/fail \nBidders must provide all information and submit any associated persons CDP share code.\n2B - list of intended subcontractors\tPass/fail\nBidders must provide all information of any intended subcontractors and submit their CDP share code if they are being relied on to meet conditions of participation.\nPART 3 - CONDITIONS OF PARTICIPATION\nPART 3A - STANDARD QUESTIONS\nFINANCIAL CAPACITY\nFinancial capacity (from core supplier submission)\tPass / Fail\nBusiness Risk Assessment\nBusiness risk score calculated using Credit Safe financial ratios of 30 or above\nif below / score unavailable, satisfactory review of financial information against profit/loss, liquidity, acid test, etc.\nor\nprovision of a guarantee from a parent company or other legally bound guarantor with a business risk score of 30 or above.\nTurnover Assessment \nRecorded turnover within latest set of accounts of at least approx. \u00a3800,000\nor \nprovision of a guarantee from a parent company or other legally bound guarantor with a recorded turnover of at least \u00a3800,000 within latest set of accounts.\nInsurance\tPass/fail\n\u2022\tPublic Liability Insurance - \u00a310M each and every claim\n\u2022\tEmployees Liability Insurance - \u00a35M each and every claim\nTECHNICAL ABILITY\nRelevant experience and contract examples\tPass/Fail\nSuppliers are required to provide details of 2-3 contract case studies from works that have been undertaken within the past 5 years which are relevant to the Council\u0027s requirements. The following requirements must be demonstrated across the combined portfolio of case studies in order to pass:\n\u2022\tAt least 2 case studies must relate to works packages completed by the supplier with a value of between \u00a3250k - \u00a31M\n\u2022\tAt least 2 case studies must relate to works where the supplier has acted as the Principal Contractor\n\u2022\tAt least 2 case studies must cover works which include for below ground demolition of concrete sub-structures\n\u2022\tAt least 2 case studies must include for asbestos removal\n\u2022\tAt least 2 case studies must relate to works undertaken within or adjacent to busy urban environments\nIn addition, for each case study, suppliers are required to provide a named point of contact in the organisation and accompanying email address. The named point of contact should be able to provide written evidence to confirm the accuracy of the information provided\nHealth and Safety\tPass / Fail \n\u2022\tSSIP Approved Contractor (Any member scheme)\n\u2022\t*HSE Enforcement / Remedial Orders\n\u2022\t**Prosecution \u0026 Enforcement\n\u2022\t***HSE FFI Charges\n* The Council will not select suppliers that have been in receipt of enforcement/remedial action orders unless the supplier can demonstrate to the council\u0027s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches.\n**The serving of enforcement notices and any prosecutions will not result in an automatic fail. The severity of each individual case and the robustness of the measures implemented to help ensure against re-occurrence will be assessed by professionals employed by the Council who may seek further information before making a final pass/fail decision.\n*** The nature of the FFI and the robustness of the post incident action taken will be assessed on the basis of reasonableness. Any concerns will be relayed to a Health \u0026 Safety professional employed by the Council who may seek further information before making a final pass/fail decision.\nAccreditations\tPass/Fail\n\u2022\tNational Federation of Demolition Contractors (NFDC) accreditation or equivalent\nCONFIRMATIONS\tPass/fail"
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 425000.0,
"amountGross": 510000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "works",
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"status": "active",
"submissionMethodDetails": "Tender submissions and requests for clarification must be submitted electronically via the Council\u0027s e-sender system ProContract which can be accessed via the following weblink:\nhttps://procontract.due-north.com/register",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2025-07-07T12:00:00+01:00"
},
"title": "Farnborough Leisure Centre, Ground Remediation Works",
"value": {
"amount": 425000.0,
"amountGross": 510000.0,
"currency": "GBP"
}
}
}