Tender

Leisure Management Operator Services

THE ROYAL BOROUGH OF KINGSTON UPON THAMES

This public procurement record has 2 releases in its history.

Tender

28 May 2024 at 10:58

Planning

25 Apr 2024 at 14:07

Summary of the contracting process

The Royal Borough of Kingston is seeking to contract Leisure Management Operator Services for six leisure facilities, with a total contract value of £120 million. The management contract is expected to be for 10 years, with a potential extension of up to five years. The procurement process is currently at the Tender stage, utilising the Competitive Dialogue Procedure. Key dates include an invitation date of 8th July 2024 and a tender submission deadline of 27th June 2024.

This tender presents an opportunity for businesses in the sports facilities operation services industry to provide innovative solutions for managing leisure facilities. Companies with experience in outdoor facility management and a strong focus on customer pricing, asset management, environmental sustainability, sports development, and social value are well-suited to compete. The Council seeks bidders who can actively participate in defining solutions during the dialogue stage and may explore an agency model as a non-mandatory variant option.

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

Leisure Management Operator Services

Notice Description

The Royal Borough of Kingston is releasing the opportunity to market for the provision of Leisure Management Operator Services for six leisure facilities: - The Malden Centre - Weir Archer Athletics & Fitness Centre - Tolworth Recreation Centre - Kingston Leisure Centre - Chessington Sports Centre - Albany Outdoors It is anticipated the management contract will be for a period of 10 years with the option of an extension of up to five years at the Council's discretion. There will be a staggered start to the contract as follows: - October 2025: Chessington Sports Centre and Albany Outdoors - April 2026: The Malden Centre, Weir Archer Athletics & Fitness Centre, Tolworth Recreation Centre - Spring 2027: Kingston Leisure Centre (new build facility scheduled to open). The Council is using the Competitive Dialogue Procedure under Regulation 30 of the PCR for the procurement of this Contract as it considers that it can best meet the Council's objectives for the service requirements and commercial terms in accordance with Regulation 26(4)(a)(i) to (iii). Bidders are expected to have a major role in defining the solution which cannot be specified at this stage, as the Council is unable to assess without in-depth dialogue on what the market can offer.

Lot Information

Lot 1

The Royal Borough of Kingston is releasing the opportunity to market for the provision of Leisure Management Operator Services for six leisure facilities. Embedding outdoor facilities as a key component of the overall leisure offer provides an opportunity to ensure that the new contract will deliver an integrated solution which simplifies access to the range of facilities across the Borough, improving the experience for residents and increasing access. It will also support development of a comprehensive plan for investment in outdoor provision which complements the indoor offer and is aligned to local priorities for sport and physical activity. Through the procurement exercise the Council will seek to identify the optimal solution to manage and maintain its outdoor facilities. This will need to strike the right balance, ensuring the model delivers enhanced benefits for residents whilst also effectively managing operational and commercial risk, taking into account the Council's existing arrangements for facilities management, grounds maintenance and pitch bookings. The Council would like to understand what experience, if any, bidders have of managing outdoor court and pitch bookings and to provide cost proposals to enable them to understand the implications on the management fee and contract so that these could potentially be included in the contract in the future. At Albany Outdoors, a Community Infrastructure Levy funding has been secured to develop an above ground outdoor 8m x 8m pool with an integrated dynamic flow. The successful bidder will be required to take on management responsibility for it as part of the overall site when it has been delivered. Therefore, bidders will be required to provide a costed proposal for taking on management responsibility assuming the Council has finalised the delivery programme and detailed technical specification for it during the tender period. In addition there is the potential for the inclusion of outdoor leisure assets, including courts, pitches and ancillary facilities. The contract and its associated schedules (including the Services Specification) will follow the principles of Sport England's Leisure Services Delivery Guidance. It is anticipated the management contract will be for a period of 10 years with the option of an extension of up to five years at the Council's discretion. The Council is using the Competitive Dialogue Procedure under Regulation 30 of the PCR for the procurement of this Contract as it considers that it can best meet the Council's objectives for the service requirements and commercial terms in accordance with Regulation 26(4)(a)(i) to (iii). Bidders are expected to have a major role in defining the solution which cannot be specified at this stage, as the Council is unable to assess without in-depth dialogue on what the market can offer. It is our intention to discuss during dialogue solutions across the scope of the service requirements to identify efficiencies and service improvement opportunities that could be included in the final service delivery plans. The Council is also interested in exploring the agency model as a non-mandatory variant option. The procurement documents will be available for unrestricted and full direct access, free of charge at https://procontract.due-north.com/ Selection criteria and evaluation criteria as stated in the procurement documents.

Options: The Council intends considering alternative proposals from Tenderers as to how this project could benefit from an agency model structure or similar. For clarity, tenders including any variant option on agency model structure or similar will be evaluated based on the shared evaluation criteria and requirements and as set out in the Financial Response Template. Should the Council wish to discount the agency model structure or similar during the dialogue stage, they reserve the option to do so. The Council will not accept any substantive changes to the balance of risk accepted in the Preferred Bidder's contract, as derived through the competitive dialogue process

Renewal: It is anticipated the management contract will be for a period of 10 years with the option of an extension of up to five years at the Council's discretion.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04552d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016599-2024
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

92 - Recreational, cultural and sporting services


CPV Codes

92000000 - Recreational, cultural and sporting services

92610000 - Sports facilities operation services

Notice Value(s)

Tender Value
£120,000,000 £100M-£1B
Lots Value
£120,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 May 20241 years ago
Submission Deadline
27 Jun 2024Expired
Future Notice Date
19 May 2024Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THE ROYAL BOROUGH OF KINGSTON UPON THAMES
Contact Name
Ms Sara Walton
Contact Email
commissioning@kingston.gov.uk
Contact Phone
+44 2085475000

Buyer Location

Locality
KINGSTON UPON THAMES
Postcode
KT1 1EU
Post Town
Kingston upon Thames
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI63 Merton, Kingston upon Thames and Sutton
Delivery Location
TLI63 Merton, Kingston upon Thames and Sutton

Local Authority
Kingston upon Thames
Electoral Ward
Kingston Town
Westminster Constituency
Kingston and Surbiton

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-04552d-2024-05-28T11:58:45+01:00",
    "date": "2024-05-28T11:58:45+01:00",
    "ocid": "ocds-h6vhtk-04552d",
    "initiationType": "tender",
    "tender": {
        "id": "DN719464",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Leisure Management Operator Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "92610000",
            "description": "Sports facilities operation services"
        },
        "mainProcurementCategory": "services",
        "description": "The Royal Borough of Kingston is releasing the opportunity to market for the provision of Leisure Management Operator Services for six leisure facilities: - The Malden Centre - Weir Archer Athletics & Fitness Centre - Tolworth Recreation Centre - Kingston Leisure Centre - Chessington Sports Centre - Albany Outdoors It is anticipated the management contract will be for a period of 10 years with the option of an extension of up to five years at the Council's discretion. There will be a staggered start to the contract as follows: - October 2025: Chessington Sports Centre and Albany Outdoors - April 2026: The Malden Centre, Weir Archer Athletics & Fitness Centre, Tolworth Recreation Centre - Spring 2027: Kingston Leisure Centre (new build facility scheduled to open). The Council is using the Competitive Dialogue Procedure under Regulation 30 of the PCR for the procurement of this Contract as it considers that it can best meet the Council's objectives for the service requirements and commercial terms in accordance with Regulation 26(4)(a)(i) to (iii). Bidders are expected to have a major role in defining the solution which cannot be specified at this stage, as the Council is unable to assess without in-depth dialogue on what the market can offer.",
        "lots": [
            {
                "id": "1",
                "description": "The Royal Borough of Kingston is releasing the opportunity to market for the provision of Leisure Management Operator Services for six leisure facilities. Embedding outdoor facilities as a key component of the overall leisure offer provides an opportunity to ensure that the new contract will deliver an integrated solution which simplifies access to the range of facilities across the Borough, improving the experience for residents and increasing access. It will also support development of a comprehensive plan for investment in outdoor provision which complements the indoor offer and is aligned to local priorities for sport and physical activity. Through the procurement exercise the Council will seek to identify the optimal solution to manage and maintain its outdoor facilities. This will need to strike the right balance, ensuring the model delivers enhanced benefits for residents whilst also effectively managing operational and commercial risk, taking into account the Council's existing arrangements for facilities management, grounds maintenance and pitch bookings. The Council would like to understand what experience, if any, bidders have of managing outdoor court and pitch bookings and to provide cost proposals to enable them to understand the implications on the management fee and contract so that these could potentially be included in the contract in the future. At Albany Outdoors, a Community Infrastructure Levy funding has been secured to develop an above ground outdoor 8m x 8m pool with an integrated dynamic flow. The successful bidder will be required to take on management responsibility for it as part of the overall site when it has been delivered. Therefore, bidders will be required to provide a costed proposal for taking on management responsibility assuming the Council has finalised the delivery programme and detailed technical specification for it during the tender period. In addition there is the potential for the inclusion of outdoor leisure assets, including courts, pitches and ancillary facilities. The contract and its associated schedules (including the Services Specification) will follow the principles of Sport England's Leisure Services Delivery Guidance. It is anticipated the management contract will be for a period of 10 years with the option of an extension of up to five years at the Council's discretion. The Council is using the Competitive Dialogue Procedure under Regulation 30 of the PCR for the procurement of this Contract as it considers that it can best meet the Council's objectives for the service requirements and commercial terms in accordance with Regulation 26(4)(a)(i) to (iii). Bidders are expected to have a major role in defining the solution which cannot be specified at this stage, as the Council is unable to assess without in-depth dialogue on what the market can offer. It is our intention to discuss during dialogue solutions across the scope of the service requirements to identify efficiencies and service improvement opportunities that could be included in the final service delivery plans. The Council is also interested in exploring the agency model as a non-mandatory variant option. The procurement documents will be available for unrestricted and full direct access, free of charge at https://procontract.due-north.com/ Selection criteria and evaluation criteria as stated in the procurement documents.",
                "hasRenewal": true,
                "renewal": {
                    "description": "It is anticipated the management contract will be for a period of 10 years with the option of an extension of up to five years at the Council's discretion."
                },
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Programming & Approach to Customer Pricing",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Asset Management, Compliance and Cleaning",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Environmental Sustainability and Carbon Reduction",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Delivering Active Communities: Sports Development, Health & Wellbeing and Outreach Work",
                            "type": "quality",
                            "description": "14"
                        },
                        {
                            "name": "Marketing, Customer Care and CRM including Digital Customer Experience",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "Staffing, Recruitment, Training, Development and Volunteer Coaching Network",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Financial Management, Reporting and IT Systems",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Contract Mobilisation",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 120000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 5400
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Selection criteria as stated in the procurement documents."
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council intends considering alternative proposals from Tenderers as to how this project could benefit from an agency model structure or similar. For clarity, tenders including any variant option on agency model structure or similar will be evaluated based on the shared evaluation criteria and requirements and as set out in the Financial Response Template. Should the Council wish to discount the agency model structure or similar during the dialogue stage, they reserve the option to do so. The Council will not accept any substantive changes to the balance of risk accepted in the Preferred Bidder's contract, as derived through the competitive dialogue process"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "92000000",
                        "description": "Recreational, cultural and sporting services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI63"
                    },
                    {
                        "region": "UKI63"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-05-20T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 120000000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2024-07-08T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2024-06-27T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "hasRecurrence": true,
        "reviewDetails": "In accordance with the Public Contracts Regulations 2015 the Council will incorporate a minimum 10 calendar day standstill period at the point information on which the contract award decision is communicated to tenderers."
    },
    "parties": [
        {
            "id": "GB-FTS-1020",
            "name": "The Royal Borough of Kingston upon Thames",
            "identifier": {
                "legalName": "The Royal Borough of Kingston upon Thames"
            },
            "address": {
                "streetAddress": "Guildhall 2",
                "locality": "Kingston upon Thames",
                "region": "UKI63",
                "postalCode": "KT1 1EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ms Sara Walton",
                "telephone": "+44 2085475000",
                "email": "commissioning@kingston.gov.uk",
                "url": "https://procontract.due-north.com/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.kingston.gov.uk",
                "buyerProfile": "http://www.kingston.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1579",
            "name": "The High Court of Justice",
            "identifier": {
                "legalName": "The High Court of Justice"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1020",
        "name": "The Royal Borough of Kingston upon Thames"
    },
    "language": "en"
}