Notice Information
Notice Title
Refurbishment of Tennis Courts
Notice Description
Tennis & Pickleball Court Refurbishment This project comprises the refurbishment and upgrade of two existing outdoor tennis courts to provide a high-quality, durable playing surface suitable for tennis and pickleball use. All works shall be carried out in accordance with LTA, SAPCA and relevant British Standards, and in line with manufacturer recommendations and industry best practice. General Requirements The Contractor shall provide all labour, materials, plant, and supervision necessary to complete the works. Risk assessments and method statements shall be submitted prior to commencement. Working hours, access arrangements and site security shall be agreed with the Parish Council. Adjacent surfaces, fencing, landscaping and drainage systems shall be adequately protected throughout the works, and the site maintained in a safe and tidy condition at all times. Existing Surface Preparation The existing court surfaces shall be thoroughly cleaned, treated for algae and weeds using approved methods, and rinsed to remove residues. Drainage improvements shall be undertaken by spiking the courts and backfilling with clean pea shingle. Existing tennis posts and sockets shall be removed and disposed of, along with any defective materials. Tree roots affecting or likely to affect the surface shall be removed and root barriers installed where required. Temporary removal and reinstatement of fencing shall be undertaken if needed to facilitate access. Kerbing, Repairs & Resurfacing New pre-cast concrete kerbs shall be installed around the court perimeter, set level with the finished surface. Localised excavations and repairs shall be carried out as required, infilled with base macadam and overlaid with a new surface course. A bitumen emulsion tack coat shall be applied to the existing surface prior to laying a 6mm open textured macadam wear course to the specified thickness. The surface shall be laid, jointed and rolled to achieve a smooth, even finish suitable for court coating. Acrylic Coating System An acrylic primer shall be applied to the prepared macadam, followed by acrylic resurfacer and/or texture layers as required. Two coats of UV-stable acrylic colour coating shall then be applied in colours selected by the Parish Council, providing a durable, slip-resistant playing surface compliant with relevant standards. Line Marking Temporary aerosol markings shall be applied for two tennis courts and one pickleball court. Permanent LTA-compliant tennis court line markings shall be applied using non-slip acrylic paint. Pickleball line markings on one court shall be identified and priced separately. Court Equipment New tennis posts, sockets, nets and centre straps shall be supplied and installed, including heavy-duty galvanised sockets set in concrete foundations and championship-quality nets. All equipment shall be installed correctly and ready for play. Completion & Handover The Contractor shall carry out a final clean and remove all waste from site. Performance checks shall be undertaken to confirm surface regularity, ball bounce and slip resistance, with a report provided. Maintenance guidance shall be issued, along with a separately identified cost for annual cleaning and moss prevention. A minimum 3-5 year warranty on workmanship and the coating system shall be provided. A mandatory pre-tender site visit is required.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f7c9
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/083804-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- 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
50 - Repair and maintenance services
92 - Recreational, cultural and sporting services
-
- CPV Codes
45000000 - Construction work
50000000 - Repair and maintenance services
92000000 - Recreational, cultural and sporting services
Notice Value(s)
- Tender Value
- £32,000 Under £100K
- Lots Value
- £32,000 Under £100K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Dec 20251 weeks ago
- Submission Deadline
- 23 Jan 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 15 May 2026 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SHERFIELD ON LODDON PARISH COUNCIL
- Contact Name
- Karen Ross
- Contact Email
- clerk@sherfieldonloddon-pc.gov.uk
- Contact Phone
- 01256 842662
Buyer Location
- Locality
- BASINSGTOKE
- Postcode
- RG24 4QZ
- Post Town
- Reading
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ37 North Hampshire
- Delivery Location
- TLJ South East (England)
-
- Local Authority
- Basingstoke and Deane
- Electoral Ward
- Sherborne St John & Rooksdown
- Westminster Constituency
- North West Hampshire
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/083804-2025
17th December 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05f7c9-2025-12-17T12:33:08Z",
"date": "2025-12-17T12:33:08Z",
"ocid": "ocds-h6vhtk-05f7c9",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PWWN-4814-TWJV",
"name": "Sherfield on Loddon Parish Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PWWN-4814-TWJV"
},
"address": {
"streetAddress": "P O Box 6862",
"locality": "BASINSGTOKE",
"postalCode": "RG24 4QZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ37"
},
"contactPoint": {
"name": "Karen Ross",
"email": "clerk@sherfieldonloddon-pc.gov.uk",
"telephone": "01256 842662"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.sherfieldonloddon-pc.gov.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PWWN-4814-TWJV",
"name": "Sherfield on Loddon Parish Council"
},
"tender": {
"id": "ocds-h6vhtk-05f7c9",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Refurbishment of Tennis Courts",
"description": "Tennis & Pickleball Court Refurbishment This project comprises the refurbishment and upgrade of two existing outdoor tennis courts to provide a high-quality, durable playing surface suitable for tennis and pickleball use. All works shall be carried out in accordance with LTA, SAPCA and relevant British Standards, and in line with manufacturer recommendations and industry best practice. General Requirements The Contractor shall provide all labour, materials, plant, and supervision necessary to complete the works. Risk assessments and method statements shall be submitted prior to commencement. Working hours, access arrangements and site security shall be agreed with the Parish Council. Adjacent surfaces, fencing, landscaping and drainage systems shall be adequately protected throughout the works, and the site maintained in a safe and tidy condition at all times. Existing Surface Preparation The existing court surfaces shall be thoroughly cleaned, treated for algae and weeds using approved methods, and rinsed to remove residues. Drainage improvements shall be undertaken by spiking the courts and backfilling with clean pea shingle. Existing tennis posts and sockets shall be removed and disposed of, along with any defective materials. Tree roots affecting or likely to affect the surface shall be removed and root barriers installed where required. Temporary removal and reinstatement of fencing shall be undertaken if needed to facilitate access. Kerbing, Repairs & Resurfacing New pre-cast concrete kerbs shall be installed around the court perimeter, set level with the finished surface. Localised excavations and repairs shall be carried out as required, infilled with base macadam and overlaid with a new surface course. A bitumen emulsion tack coat shall be applied to the existing surface prior to laying a 6mm open textured macadam wear course to the specified thickness. The surface shall be laid, jointed and rolled to achieve a smooth, even finish suitable for court coating. Acrylic Coating System An acrylic primer shall be applied to the prepared macadam, followed by acrylic resurfacer and/or texture layers as required. Two coats of UV-stable acrylic colour coating shall then be applied in colours selected by the Parish Council, providing a durable, slip-resistant playing surface compliant with relevant standards. Line Marking Temporary aerosol markings shall be applied for two tennis courts and one pickleball court. Permanent LTA-compliant tennis court line markings shall be applied using non-slip acrylic paint. Pickleball line markings on one court shall be identified and priced separately. Court Equipment New tennis posts, sockets, nets and centre straps shall be supplied and installed, including heavy-duty galvanised sockets set in concrete foundations and championship-quality nets. All equipment shall be installed correctly and ready for play. Completion & Handover The Contractor shall carry out a final clean and remove all waste from site. Performance checks shall be undertaken to confirm surface regularity, ball bounce and slip resistance, with a report provided. Maintenance guidance shall be issued, along with a separately identified cost for annual cleaning and moss prevention. A minimum 3-5 year warranty on workmanship and the coating system shall be provided. A mandatory pre-tender site visit is required.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "92000000",
"description": "Recreational, cultural and sporting services"
}
],
"deliveryAddresses": [
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 39000,
"amount": 32000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"mainProcurementCategory": "works",
"aboveThreshold": false,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withReopeningCompetition",
"type": "closed",
"description": "Each Tender will be assessed on balancing price and quality, supplier capability and proposed methodology"
}
},
"submissionMethodDetails": "PO Box 6862 Basingstoke Hants RG24 4QZ clerk@sherfieldonloddon-pc.gov.uk www.sherfieldonloddon-pc.gov.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2026-01-23T23:59:59Z"
},
"enquiryPeriod": {
"endDate": "2026-01-09T23:59:59Z"
},
"otherRequirements": {
"reservedParticipation": [
"smeVcse"
],
"reservedParticipationLocation": {
"gazetteer": {
"scheme": "GB-ONS",
"identifiers": [
"E10000014"
]
},
"description": "Hampshire"
}
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 39000,
"amount": 32000,
"currency": "GBP"
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2026-05-15T23:59:59+01:00"
},
"awardCriteria": {
"description": "Contractor Selection Criteria Tennis & Pickleball Court Refurbishment (Parish Council Procurement Use) The Parish Council will assess tenders on the basis of Most Economically Advantageous Tender (MEAT), considering quality, experience, risk management and price. The lowest price will not necessarily be accepted. 1. Relevant Experience & References (25%) The Council will consider: Demonstrated experience refurbishing outdoor tennis courts within the last 3-5 years Experience delivering projects for local authorities, parish councils, schools or sports clubs Familiarity with LTA and SAPCA standards Minimum of one client references for similar completed works Evidence required: Brief project descriptions Photographs of completed courts Client contact details 2. Technical Proposal & Methodology (20%) The Council will consider: Clear understanding of the Scope of Works Proposed methods for surface preparation, resurfacing, coating and line marking Compliance with LTA, SAPCA and British Standards Realistic programme and sequencing of works Evidence required: Project-specific method statement Outline programme 3. Quality of Materials & Workmanship (15%) The Council will consider: Suitability and durability of proposed materials and surfacing systems Use of recognised court surfacing products Manufacturer approvals or installer accreditations Expected lifespan of the proposed system Evidence required: Product data sheets Confirmation of manufacturer approval where applicable 4. Health, Safety & Environmental Management (10%) The Council will consider: Ability to safely manage works on a publicly accessible site Quality and relevance of risk assessments and method statements Measures to protect the public, councillors, users, and adjacent properties Waste management and environmental controls Evidence required: Construction Phase Plan (or summary) Risk Assessments and Method Statements 5. Programme, Access & Site Management (10%) The Council will consider: Proposed duration of works Ability to work within agreed hours and access constraints Site supervision and point of contact Arrangements for site security and cleanliness Evidence required: Programme and site management proposal 6. Warranty, Aftercare & Maintenance Support (10%) The Council will consider: Length and clarity of warranty for workmanship and materials (minimum 3-5 years) Defects liability arrangements Availability and cost of ongoing maintenance services Evidence required: Written warranty details Maintenance proposal (if applicable) 7. Price & Value for Money (10%) The Council will consider: Total tender price Clarity and transparency of cost breakdown Identification of exclusions, assumptions and optional items Price realism and whole-life value Evidence required: Fully itemised pricing schedule Note: Abnormally low tenders may be rejected if not satisfactorily explained. 8. Financial Standing & Insurance (Mandatory Pass/Fail) Contractors must provide: Evidence of financial stability (accounts or declaration) Public Liability Insurance (minimum PS5 million) Employer's Liability Insurance (minimum PS10 million) Failure to meet these requirements may result in exclusion from the tender process. 9. Site Visit Requirement (Mandatory) Attendance at the mandatory site visit is required prior to submission of a tender. Submission of a tender will be deemed confirmation that the Contractor has inspected the site and accepts all site conditions. No claims for additional costs or extensions of time will be accepted on the grounds of unfamiliarity with the site."
}
}
],
"documents": [
{
"id": "A-9304",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-9304",
"format": "application/pdf"
},
{
"id": "083804-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/083804-2025",
"datePublished": "2025-12-17T12:33:08Z",
"format": "text/html"
}
]
},
"language": "en"
}