Notice Information
Notice Title
Leisure Management Operator Services
Notice Description
The Royal Borough of Kingston released the opportunity to the 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 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 used the Competitive Dialogue Procedure under Regulation 30 of the PCR for the procurement of this Contract as it considered that this procedure could best meet the Council's objectives for the service requirements and commercial terms in accordance with Regulation 26(4)(a)(i) to (iii). Bidders were expected to have a major role in defining the solution which could not be specified by the Council at the outset, as the Council was unable to assess or determine the solution without in-depth dialogue.
Lot Information
Lot 1
The Council undertook the procurement using the Competitive Dialogue procedure in line with Regulation 30 of the Public Contract Regulations 2015. The procurement documents were available for unrestricted and full direct access, free of charge at https://procontract.due-north.com/
Options: The Council required the submission of a standard model bid and a mandatory agency variant (agency model) bid, all evaluation criteria was applied to both bids in accordance with the process set out in the ISFT. The Final Tender that received the highest overall score and had established a final Contract was awarded the Contract, which was based on a mandatory agency model, representing the Tender capable of providing the most economically advantageous tender for the Council.
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04552d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/021981-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
92 - Recreational, cultural and sporting services
-
- CPV Codes
92000000 - Recreational, cultural and sporting services
Notice Value(s)
- Tender Value
- £120,000,000 £100M-£1B
- Lots Value
- £120,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £120,000,000 £100M-£1B
Notice Dates
- Publication Date
- 11 Mar 20261 months ago
- Submission Deadline
- 27 Jun 2024Expired
- Future Notice Date
- 19 May 2024Expired
- Award Date
- 21 Jul 20259 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE ROYAL BOROUGH OF KINGSTON UPON THAMES
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
Further Information
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-04552d-2026-03-11T16:27:50Z",
"date": "2026-03-11T16:27:50Z",
"ocid": "ocds-h6vhtk-04552d",
"initiationType": "tender",
"tender": {
"id": "DN719464",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Leisure Management Operator Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "92000000",
"description": "Recreational, cultural and sporting services"
},
"mainProcurementCategory": "services",
"description": "The Royal Borough of Kingston released the opportunity to the 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 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 used the Competitive Dialogue Procedure under Regulation 30 of the PCR for the procurement of this Contract as it considered that this procedure could best meet the Council's objectives for the service requirements and commercial terms in accordance with Regulation 26(4)(a)(i) to (iii). Bidders were expected to have a major role in defining the solution which could not be specified by the Council at the outset, as the Council was unable to assess or determine the solution without in-depth dialogue.",
"lots": [
{
"id": "1",
"description": "The Council undertook the procurement using the Competitive Dialogue procedure in line with Regulation 30 of the Public Contract Regulations 2015. The procurement documents were available for unrestricted and full direct access, free of charge at https://procontract.due-north.com/",
"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": "cancelled",
"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"
},
{
"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 required the submission of a standard model bid and a mandatory agency variant (agency model) bid, all evaluation criteria was applied to both bids in accordance with the process set out in the ISFT. The Final Tender that received the highest overall score and had established a final Contract was awarded the Contract, which was based on a mandatory agency model, representing the Tender capable of providing the most economically advantageous tender for the Council."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "92000000",
"description": "Recreational, cultural and sporting services"
}
],
"deliveryAddresses": [
{
"region": "UKI63"
},
{
"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": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"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"
]
},
{
"id": "GB-FTS-4627",
"name": "The Royal Borough of Kingston upon Thames",
"identifier": {
"legalName": "The Royal Borough of Kingston upon Thames"
},
"address": {
"streetAddress": "Guildhall, High Street",
"locality": "Kingston upon Thames",
"region": "UKI63",
"postalCode": "KT1 1EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Stephen Morris",
"telephone": "+44 2085475000",
"email": "commissioning@kingston.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.kingston.gov.uk",
"buyerProfile": "http://www.kingston.gov.uk",
"classifications": [
{
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE",
"description": "Regional or local authority"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-176904",
"name": "Places for People Leisure Management Limited",
"identifier": {
"legalName": "Places for People Leisure Management Limited"
},
"address": {
"streetAddress": "305 Grays Inn Road",
"locality": "London",
"region": "UKI63",
"postalCode": "WC1X 8QR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-4627",
"name": "The Royal Borough of Kingston upon Thames"
},
"language": "en",
"awards": [
{
"id": "021981-2026-DN719464-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-176904",
"name": "Places for People Leisure Management Limited"
}
]
}
],
"contracts": [
{
"id": "021981-2026-DN719464-1",
"awardID": "021981-2026-DN719464-1",
"status": "active",
"value": {
"amount": 120000000,
"currency": "GBP"
},
"dateSigned": "2025-07-22T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}