Tender

Farnborough Leisure Centre, Ground Remediation Works

RUSHMOOR BOROUGH COUNCIL

This public procurement record has 1 release in its history.

Tender

05 Jun 2025 at 13:48

Summary of the contracting process

Rushmoor Borough Council is inviting tenders for the remediation of the ground within the boundary of the former Farnborough Leisure Centre. This procurement is categorised under "works" in the demolition and site preparation industry, aimed specifically at ground remediation. The site is located in Farnborough, UK, and the tender is currently at the stage of "active tender" with an open procurement method. Key dates include a tender return deadline on 7th July 2025 and a contract target award date of 28th July 2025. The compulsory site visit is scheduled for 17th June 2025, with the works anticipated to commence on 8th September 2025, and completion expected by 5th December 2025. The estimated contract value ranges from £350,000 to £425,000, with conditions of participation requiring certain legal, financial, and technical criteria to be met.

This opportunity offers significant potential for businesses involved in ground remediation, particularly those experienced in foundation removal, asbestos-related work, and working in urban environments. Contractors with a proven track record in similar-scale projects and holding the necessary accreditations, such as NFDC, will find this tender particularly suitable. With the use of the JCT Minor Works Building Contract 2024 Edition and an open competition process, this procurement provides a structured framework for growth in the construction and demolition sectors. Companies that can demonstrate technical ability and strong health and safety management practices stand to gain significant business development opportunities through successful tender participation.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Farnborough Leisure Centre, Ground Remediation Works

Notice Description

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 PS350,000 to PS425,000 excluding VAT. The council reserves the right to set aside any tenders received which exceed PS500,000. 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 PS5,372,609 (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 PS213,477 (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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0543c5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030302-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45111100 - Demolition work

45111200 - Site preparation and clearance work

45111211 - Blasting work

45111213 - Site-clearance work

45111250 - Ground investigation work

45112340 - Soil-decontamination work

45262660 - Asbestos-removal work

Notice Value(s)

Tender Value
£425,000 £100K-£500K
Lots Value
£425,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Jun 20258 months ago
Submission Deadline
7 Jul 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
7 Sep 2025 - 5 Dec 2025 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
RUSHMOOR BOROUGH COUNCIL
Additional Buyers

PORTSMOUTH CITY COUNCIL

Contact Name
Not specified
Contact Email
procurement5@rushmoor.gov.uk, procurement@portsmouthcc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
FARNBOROUGH
Postcode
GU14 7JU
Post Town
Guildford
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
TLJ37 North Hampshire

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0543c5-2025-06-05T14:48:14+01:00",
    "date": "2025-06-05T14:48:14+01:00",
    "ocid": "ocds-h6vhtk-0543c5",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PYHV-5798-RWLT",
            "name": "Rushmoor Borough Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYHV-5798-RWLT"
            },
            "address": {
                "streetAddress": "Farnborough Road",
                "locality": "Farnborough",
                "postalCode": "GU14 7JU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ37"
            },
            "contactPoint": {
                "email": "procurement5@rushmoor.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.rushmoor.gov.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PCNL-5714-PRZV",
            "name": "Portsmouth City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCNL-5714-PRZV"
            },
            "address": {
                "streetAddress": "Civic Offices, Guildhall Square",
                "locality": "Portsmouth",
                "postalCode": "PO1 2AL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ31"
            },
            "contactPoint": {
                "email": "procurement@portsmouthcc.gov.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Procurement support services.",
            "details": {
                "url": "https://www.portsmouth.gov.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYHV-5798-RWLT",
        "name": "Rushmoor Borough Council"
    },
    "tender": {
        "id": "DN777250",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Farnborough Leisure Centre, Ground Remediation Works",
        "description": "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 PS350,000 to PS425,000 excluding VAT. The council reserves the right to set aside any tenders received which exceed PS500,000. 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 PS5,372,609 (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 PS213,477 (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.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45111100",
                        "description": "Demolition work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111200",
                        "description": "Site preparation and clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111211",
                        "description": "Blasting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111213",
                        "description": "Site-clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111250",
                        "description": "Ground investigation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112340",
                        "description": "Soil-decontamination work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262660",
                        "description": "Asbestos-removal work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ37",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 510000,
            "amount": 425000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "works",
        "aboveThreshold": false,
        "submissionMethodDetails": "Tender submissions and requests for clarification must be submitted electronically via the Council's e-sender system ProContract which can be accessed via the following weblink: https://procontract.due-north.com/register",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2025-07-07T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-06-27T17:00:00+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 510000,
                    "amount": 425000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "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": "price",
                            "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"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "As the contract is classed as a works contract and has an estimated value which exceeds PS213,477 (inc. VAT) the council has included for 'conditions of participation' which require tenderers to meet defined legal & financial standing and technical ability requirements pertaining previous experience, as permitted under Part 6 of the Procurement Act 2023. 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. The Conditions of Participation which will apply to this procurement are set out below: PART 1 - SUPPLIER INFORMATION Section 1 - Supplier information Pass/fail Bidders must provide all information and submit Central Digital Platform (CDP) share code. PART 2 - ADDITIONAL EXCLUSIONS INFORMATION 2A - associated persons Pass/fail Bidders must provide all information and submit any associated persons CDP share code. 2B - list of intended subcontractors Pass/fail Bidders 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. PART 3 - CONDITIONS OF PARTICIPATION PART 3A - STANDARD QUESTIONS FINANCIAL CAPACITY Financial capacity (from core supplier submission) Pass / Fail Business Risk Assessment Business risk score calculated using Credit Safe financial ratios of 30 or above if below / score unavailable, satisfactory review of financial information against profit/loss, liquidity, acid test, etc. or provision of a guarantee from a parent company or other legally bound guarantor with a business risk score of 30 or above. Turnover Assessment Recorded turnover within latest set of accounts of at least approx. PS800,000 or provision of a guarantee from a parent company or other legally bound guarantor with a recorded turnover of at least PS800,000 within latest set of accounts. Insurance Pass/fail * Public Liability Insurance - PS10M each and every claim * Employees Liability Insurance - PS5M each and every claim TECHNICAL ABILITY Relevant experience and contract examples Pass/Fail Suppliers 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's requirements. The following requirements must be demonstrated across the combined portfolio of case studies in order to pass: * At least 2 case studies must relate to works packages completed by the supplier with a value of between PS250k - PS1M * At least 2 case studies must relate to works where the supplier has acted as the Principal Contractor * At least 2 case studies must cover works which include for below ground demolition of concrete sub-structures * At least 2 case studies must include for asbestos removal * At least 2 case studies must relate to works undertaken within or adjacent to busy urban environments In 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 Health and Safety Pass / Fail * SSIP Approved Contractor (Any member scheme) * *HSE Enforcement / Remedial Orders * **Prosecution & Enforcement * ***HSE FFI Charges * The Council will not select suppliers that have been in receipt of enforcement/remedial action orders unless the supplier can demonstrate to the council's satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches. **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. *** 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 & Safety professional employed by the Council who may seek further information before making a final pass/fail decision. Accreditations Pass/Fail * National Federation of Demolition Contractors (NFDC) accreditation or equivalent CONFIRMATIONS Pass/fail"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-09-08T00:00:00+01:00",
                    "endDate": "2025-12-05T23:59:59Z"
                }
            }
        ],
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "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.",
                "url": "https://procontract.due-north.com/register"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "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.",
                "url": "https://sebp.due-north.com/"
            },
            {
                "id": "030302-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030302-2025",
                "datePublished": "2025-06-05T14:48:14+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}