Notice Information
Notice Title
UK Leisure Framework 2026-2034
Notice Description
Tender Notice for UK Leisure Framework 2026-2034.
Lot Information
Lot 1
Options: Schedule 8 modifications including - the right to additional purchases whilst the contract is valid. Adding additional scope of services that relate to the original scope of service areas and transfer on corporate restructuring.
Renewal: The justification for having an option to extend the framework period for a further two years as either, two, one-year extensions or a single two-year extension follows the same rationale and approach as the 8-year term. The longer the term the greater the opportunity available to achieve value for money with a dedicated leisure specialist, developing sustainable and robust business models and delivering these in a competitive environment with a high emphasis on risk management and fixed price building contracts.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f913
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008649-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
37 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
45 - Construction work
48 - Software package and information systems
51 - Installation services (except software)
66 - Financial and insurance services
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
92 - Recreational, cultural and sporting services
-
- CPV Codes
30100000 - Office machinery, equipment and supplies except computers, printers and furniture
30200000 - Computer equipment and supplies
37400000 - Sports goods and equipment
37480000 - Machinery or apparatus for leisure equipment
45112000 - Excavating and earthmoving work
45211350 - Multi-functional buildings construction work
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45215130 - Clinic construction work
48100000 - Industry specific software package
51100000 - Installation services of electrical and mechanical equipment
66000000 - Financial and insurance services
66120000 - Investment banking services and related services
71200000 - Architectural and related services
71420000 - Landscape architectural services
73000000 - Research and development services and related consultancy services
79340000 - Advertising and marketing services
79410000 - Business and management consultancy services
80511000 - Staff training services
92600000 - Sporting services
92610000 - Sports facilities operation services
Notice Value(s)
- Tender Value
- £6,000,000,000 £1B-£10B
- Lots Value
- £6,000,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Jan 20263 weeks ago
- Submission Deadline
- 27 Feb 20264 days to go
- Future Notice Date
- 12 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 17 Jun 2026 - 17 Jun 2034 Over 5 years
- 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
- DENBIGHSHIRE LEISURE LTD
- Additional Buyers
- Contact Name
- ANDY MORELAND
- Contact Email
- andy.moreland@dll.co.uk, leisure@denbighshire.gov.uk
- Contact Phone
- 01824 712499
Buyer Location
- Locality
- DENBIGH
- Postcode
- LL16 5TX
- Post Town
- Llandudno
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL3 North Wales
- Small Region (ITL 3)
- TLL33 Conwy and Denbighshire
- Delivery Location
- Not specified
-
- Local Authority
- Denbighshire
- Electoral Ward
- Ruthin
- Westminster Constituency
- Clwyd East
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/008649-2026
30th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/007315-2026
27th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/084356-2025
18th December 2025 - Pipeline notice on Find a Tender -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=358854
Invitation to participate Phase 1 document. -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=358856
Wales Procurement Specific Questionnaire -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=358858
Public Sector Bodies able to access UKLF -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=358859
Certificate of Non-Canvassing -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=358860
Certificate of Non Collusion -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=359703
Tender Clarification Notice - 30/01/2026
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-05f913-2026-01-30T16:37:20Z",
"date": "2026-01-30T16:37:20Z",
"ocid": "ocds-h6vhtk-05f913",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "084356-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/084356-2025",
"datePublished": "2025-12-18T12:51:19Z",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-COH-12178578",
"name": "Denbighshire Leisure Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "12178578"
},
"address": {
"streetAddress": "8-11 Trem-y-Dyffryn",
"locality": "Denbigh",
"postalCode": "LL16 5TX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL13"
},
"contactPoint": {
"name": "ANDY MORELAND",
"email": "andy.moreland@dll.co.uk",
"telephone": "01824 712499"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.denbighshireleisure.co.uk",
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
},
{
"id": "GB-WLS",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Welsh devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PTPG-8659-JMCD",
"name": "Denbighshire County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PTPG-8659-JMCD"
},
"address": {
"streetAddress": "Wynnstay Road",
"locality": "Ruthin",
"postalCode": "LL15 1YN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL13"
},
"contactPoint": {
"email": "leisure@denbighshire.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
},
{
"id": "GB-WLS",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Welsh devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-COH-12178578",
"name": "Denbighshire Leisure Ltd"
},
"tender": {
"id": "ocds-h6vhtk-05f913",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "UK Leisure Framework 2026-2034",
"description": "Tender Notice for UK Leisure Framework 2026-2034.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45212000",
"description": "Construction work for buildings relating to leisure, sports, culture, lodging and restaurants"
},
{
"scheme": "CPV",
"id": "45211350",
"description": "Multi-functional buildings construction work"
},
{
"scheme": "CPV",
"id": "66120000",
"description": "Investment banking services and related services"
},
{
"scheme": "CPV",
"id": "37480000",
"description": "Machinery or apparatus for leisure equipment"
},
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
},
{
"scheme": "CPV",
"id": "45215130",
"description": "Clinic construction work"
},
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
{
"scheme": "CPV",
"id": "79340000",
"description": "Advertising and marketing services"
},
{
"scheme": "CPV",
"id": "92610000",
"description": "Sports facilities operation services"
},
{
"scheme": "CPV",
"id": "92600000",
"description": "Sporting services"
},
{
"scheme": "CPV",
"id": "30100000",
"description": "Office machinery, equipment and supplies except computers, printers and furniture"
},
{
"scheme": "CPV",
"id": "30200000",
"description": "Computer equipment and supplies"
},
{
"scheme": "CPV",
"id": "37400000",
"description": "Sports goods and equipment"
},
{
"scheme": "CPV",
"id": "45112000",
"description": "Excavating and earthmoving work"
},
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "71420000",
"description": "Landscape architectural services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "80511000",
"description": "Staff training services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 7200000000,
"amount": 6000000000,
"currency": "GBP"
},
"procurementMethodDetails": "Competitive flexible procedure",
"mainProcurementCategory": "works",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"method": "withAndWithoutReopeningCompetition",
"periodRationale": "DLL consider that the 8-year duration is justified due to the initial investment required to support the size of the team required to deliver the broad range of services and specialist advice required. The necessity to have and develop a quality supply chain is essential to the framework and delivering the quality product demanded of it. DLL is of the opinion that allowing the framework to mature, it will enhance and improve the quality of the product and streamline the delivery on subsequent projects. All the above will also generate cost savings over the framework life due to this developed streamlined process. Further, the streamlined process will drive time improvement in the pre-contract process with these matured and aligned supply chain partners. The framework is designed to deliver projects quickly as a result of the experience of the specialist Delivery Partner being sought, conversely it can also deal with long lead funding streams and introduce funding when required.",
"type": "open",
"buyerCategories": "Contracting authorities throughout the UK will be able to access the Framework.",
"description": "Details of the Framework are included within the Phase 1 Tender document."
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-18T00:00:00+01:00",
"endDate": "2034-06-17T23:59:59+01:00",
"maxExtentDate": "2036-06-17T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 7200000000,
"amount": 6000000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "As per tender document.",
"numbers": [
{
"number": 25,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As per tender document.",
"numbers": [
{
"number": 75,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"description": "As per tender document.",
"numbers": [
{
"number": 25,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "As per tender document.",
"numbers": [
{
"number": 75,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per tender document."
},
{
"type": "technical",
"description": "As per tender document."
},
{
"type": "economic",
"description": "As per tender document."
},
{
"type": "technical",
"description": "As per tender document."
}
]
},
"renewal": {
"description": "The justification for having an option to extend the framework period for a further two years as either, two, one-year extensions or a single two-year extension follows the same rationale and approach as the 8-year term. The longer the term the greater the opportunity available to achieve value for money with a dedicated leisure specialist, developing sustainable and robust business models and delivering these in a competitive environment with a high emphasis on risk management and fixed price building contracts."
},
"hasOptions": true,
"options": {
"description": "Schedule 8 modifications including - the right to additional purchases whilst the contract is valid. Adding additional scope of services that relate to the original scope of service areas and transfer on corporate restructuring."
}
}
],
"communication": {
"futureNoticeDate": "2026-01-12T23:59:59+00:00"
},
"status": "active",
"procurementMethod": "open",
"procedure": {
"features": "Following a restrictive selection process as detailed in the ITT document and specific questionnaire the shortlisted Tenderers will submit an initial solution following which clarification and dialogue will take place and concluding with the submission of a final tender."
},
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "ocds-h6vhtk-05f913",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.01,
"monetaryValue": "award"
},
"description": "Proposed fees are detailed in the Invitation to Tender document, and range on a scale - based on project value."
}
],
"submissionMethodDetails": "To be submitted via Sell2Wales: https://www.sell2wales.gov.wales/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en",
"cy"
]
},
"tenderPeriod": {
"endDate": "2026-02-27T12:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-02-16T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-06-18T23:59:59+01:00"
},
"documents": [
{
"id": "L-2",
"documentType": "biddingDocuments",
"description": "Invitation to participate Phase 1 document.",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=358854"
},
{
"id": "L-3",
"documentType": "biddingDocuments",
"description": "Wales Procurement Specific Questionnaire",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=358856"
},
{
"id": "L-4",
"documentType": "biddingDocuments",
"description": "Public Sector Bodies able to access UKLF",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=358858"
},
{
"id": "L-5",
"documentType": "biddingDocuments",
"description": "Certificate of Non-Canvassing",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=358859"
},
{
"id": "L-6",
"documentType": "biddingDocuments",
"description": "Certificate of Non Collusion",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=358860"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "007315-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/007315-2026",
"datePublished": "2026-01-27T17:20:31Z",
"format": "text/html"
},
{
"id": "L-7",
"documentType": "biddingDocuments",
"description": "Tender Clarification Notice - 30/01/2026",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=359703"
},
{
"id": "008649-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008649-2026",
"datePublished": "2026-01-30T16:37:20Z",
"format": "text/html"
}
],
"riskDetails": "Whilst there is an expectation the successful bidder will have robust governance, business continuity and risk management arrangements in place, it is recognised that certain external factors could impact the delivery of the contract. These risks are largely outside the direct control of either party but are actively monitored and mitigated wherever possible. Local and regional risks may include workforce availability challenges, industrial action, local infrastructure disruption, or supplier failure within the regional supply chain. Changes in local authority policy, funding pressures, or community demand could also influence service delivery expectations. It is expected these risks will be mitigated through workforce planning, strong supplier management, contingency arrangements and close engagement with local stakeholders. National risks include changes in legislation, regulation or public policy that affect employment, health and safety, data protection, or service standards. Economic pressures such as inflation, increased energy costs, or labour market shortages could impact operating costs or resource availability. There is also the potential for national industrial action or public sector reform to affect performance. There is an expectation these risks are attempted to be managed through horizon scanning, flexible financial planning, compliance monitoring, and adaptive service models. International and global risks include major events such as pandemics, geopolitical instability, war, terrorism, or global supply chain disruption. These events can lead to workforce shortages, increased costs, reduced availability of materials or services, and changes in customer behaviour or demand. Climate-related events and global economic volatility also present longer-term risks. There is an expectation these risks are attempted to be managed through business continuity planning, diversified supply chains, remote and flexible working capability where appropriate, and regular review of emergency response arrangements. Overall, it is hoped that whilst these risks could impact the contract if they materialise, a proactive and proportionate approach to risk management will help to alleviate them in all but the worst-case scenarios.",
"amendments": [
{
"id": "008649-2026",
"description": "Tender clarification document submitted, to provide clarity on tender timeline. Also, reference in the clarification document that queries should be sent through to andy.moreland@dll.co.uk in the first instance."
}
]
},
"language": "en"
}