Notice Information
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.
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/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
Buyer & Supplier
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
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-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"
}