Tender

Leisure Management System

EAST RIDING OF YORKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

06 Feb 2026 at 14:00

Summary of the contracting process

The East Riding of Yorkshire Council is seeking proposals for the supply, implementation, and maintenance of a full leisure centre management solution. The procurement process, classified under the industry categories of "Software package and information systems" and "Sports goods and equipment," features an open procurement method using a competitive flexible procedure. Located in Beverley, the opportunity involves a significant contract value up to £2.4 million and is currently at the tender stage. Key activities include submitting initial tenders through the YORtender portal by the deadline of 24th March 2026, with expected contract commencement from 1st September 2026 and completion by March 2031. This procurement aligns with the Procurement Act 2023, following processes involving stages of evaluation, clarification, and a best and final offers phase, culminating in an award period that ends in August 2026.

The tender presents lucrative opportunities for businesses specialising in software systems and sports equipment to innovate and grow. Particularly well-suited are firms experienced in creating comprehensive management solutions tailored to leisure facilities. With no restrictions on the initial tender submission, the competitive flexible procedure allows for dialogue phases, enabling businesses to refine their proposals and tailor offerings to the council’s specifications. Companies equipped to provide long-term solutions and responsive service improvements over the contract’s extensive duration, including potential renewals, will be well-positioned to leverage this opportunity for scaling operations and strengthening regional presence.

How relevant is this notice?

Notice Information

Notice Title

Leisure Management System

Notice Description

Supply, implementation and maintenance of a full leisure centre management solution.

Lot Information

Lot LOT-0000

Renewal: Following implementation of the sytem there will be a four year initial contract term followed by three optional two year extension periods

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-064a29
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010978-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

37 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories

48 - Software package and information systems


CPV Codes

37400000 - Sports goods and equipment

48000000 - Software package and information systems

Notice Value(s)

Tender Value
£2,000,000 £1M-£10M
Lots Value
£2,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Feb 20263 days ago
Submission Deadline
24 Mar 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Sep 2026 - 31 Mar 2031 4-5 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
EAST RIDING OF YORKSHIRE COUNCIL
Contact Name
Andrew S Brown
Contact Email
andrew.s.brown@eastriding.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BEVERLEY
Postcode
HU17 9BA
Post Town
Hull
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE1 East Yorkshire and Northern Lincolnshire
Small Region (ITL 3)
TLE12 East Riding of Yorkshire
Delivery Location
Not specified

Local Authority
East Riding of Yorkshire
Electoral Ward
St Mary's
Westminster Constituency
Beverley and Holderness

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-064a29-2026-02-06T14:00:25Z",
    "date": "2026-02-06T14:00:25Z",
    "ocid": "ocds-h6vhtk-064a29",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PZQH-9124-TMLN",
            "name": "East Riding of Yorkshire Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZQH-9124-TMLN"
            },
            "address": {
                "streetAddress": "County Hall, Cross Street,",
                "locality": "Beverley",
                "postalCode": "HU17 9BA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE12"
            },
            "contactPoint": {
                "name": "Andrew S Brown",
                "email": "andrew.s.brown@eastriding.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.eastriding.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PZQH-9124-TMLN",
        "name": "East Riding of Yorkshire Council"
    },
    "tender": {
        "id": "2457-26",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Leisure Management System",
        "description": "Supply, implementation and maintenance of a full leisure centre management solution.",
        "status": "active",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "37400000",
                        "description": "Sports goods and equipment"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 2400000,
            "amount": 2000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "THE PROCUREMENT PROCESS - Competitive Flexible Procedure This Procurement is being conducted under the Competitive Flexible Procedure, in accordance with the Procurement Act 2023 (PA23). This Procurement will be conducted in stages and there is no restriction on who can submit a Tender response. All tenderers who have accessed this Invitation to Tender (ITT) from the YORtender portal and expressed their interest will be eligible to tender. All the information required for this Procurement has been made available to Suppliers with the ITT. Tenders must be submitted in accordance with the timetable and instructions set out in this document, together with any additional information provided. The process to be undertaken is summarised below. Further additional information is provided throughout the documentation: * Publish tender notice and tender documentation A tender documentation pack and associated Find a Tender Service (FTS) notices will be issued via the Council's e-procurement tendering system, YORtender. Suppliers will be invited to submit initial tenders based upon the information provided within the tender pack. During this time suppliers will be permitted to ask clarification questions via the YORtender messaging facility. Answers will be provided and supplied to all suppliers where it is appropriate to do so. * Receive initial tenders Initial tenders will be uploaded onto the YORtender e-procurement portal by the required deadline date/time. * Conditions of Participation Stage - assess tenders against PA23 Procurement Specific Questionnaire and additional Pre-Selection Pass/Fail criteria. Suppliers' responses will be evaluated against published criteria and will be shortlisted accordingly. * Review tenders of shortlisted suppliers Submitted price schedules and method statements will be reviewed and evaluated by the Council project team to understand the products and services proposed by the suppliers. Where suppliers fail to reach a minimum quality threshold they will be eliminated from the process. * Period of clarification and dialogue with selected suppliers This phase of the procurement process will allow the Council and suppliers to clarify elements of the response and hold dialogue, where necessary to fully understand any aspect of the proposal of the supplier. This phase will allow the Council opportunity to modify its process going forward. Such modifications may include but not be limited to changes to specification and award criteria/weightings. It is anticipated that dialogue may be supplier specific and therefore it may not be necessary for dialogue to be held with all suppliers during this phase. * Review specification and assessment criteria Following any dialogue, the Council will review its specification and evaluation criteria and make amendments where it is deemed necessary to ensure any solution is fit for purpose and meets the aims and objectives of the Council. * Re-publish documentation and invite Best and Final Offers (BAFO) Updated documentation will be published to short listed suppliers who will be invited to submit their Best and Final Offer. * Evaluate BAFO's Final tenders will be evaluated in accordance with the criteria published within the tender documentation with a view to identifying the highest scoring and therefore preferred supplier. * Due Diligence period with preferred supplier Following the evaluation, the Preferred Supplier will be identified - this will be the Supplier with the highest Total Score. The Preferred Supplier will be contacted for due diligence processes to be undertaken, which may include provision of documentation and or other supporting evidence to demonstrate compliance with / ability to meet the requirements set out within this Invitation to Tender. If the Preferred Supplier fails to evidence ability to meet all mandatory requirements detailed within the specification, this will constitute a Fail, and their tender will be excluded. The Supplier with the next highest Total Score will be considered the Preferred Supplier and subject to the Preferred Supplier Stage. The Preferred Supplier Process shall be repeated until a Preferred Supplier evidences that their solution meets the mandatory criteria. * Contract Award Suppliers will be notified of the outcome of the tender process by a letter sent digitally via the YORtender system, and the relevant FTS notices will be published as required. This will commence a stand still period of eight working days and a period of due diligence with the preferred supplier. * Confirm Contract Award The Council will confirm the contract award by notifying suppliers by a letter sent digitally via the YORtender system and the publication of an FTS contract details notice. General The intent of this procurement process is to invite tenders based on a published specification, whilst having a period of clarification and dialogue with suppliers which will enable the correction of any errors, misunderstandings and misinterpretations and understand any options available to the Council. This stage in the tender process will also allow the Council to firm up any elements of the specification based on suppliers' initial responses and the requirement of the Council and internal resources available within it. Dialogue will commence when the Council invites suppliers that have successfully passed the selection stage to attend one or more dialogue and/or negotiation meetings. Please note that if the Council identifies that no additional benefit can be achieved through dialogue, then the Council reserves the right to proceed straight to the best and final offer stage. The Council will formally notify Bidders of any such decision. Furthermore, the Council reserves the right to only hold dialogue with suppliers where it deems it will be beneficial to do so."
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=102245&TID100107466&B=",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-24T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-03-06T23:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-03T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "LOT-0000",
                "status": "active",
                "value": {
                    "amountGross": 2400000,
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please refer to ITT documentation for evaluation criteria details. In summary, both price and non-price criteria will be used to evaluate tenders. Non-price is comprised of pass/fail criteria, specification evaluation, method statement evaluation and a solution demonstration.",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Price"
                        },
                        {
                            "type": "quality",
                            "name": "Non-Price"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00Z",
                    "endDate": "2031-03-31T23:59:59+01:00",
                    "maxExtentDate": "2037-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Following implementation of the sytem there will be a four year initial contract term followed by three optional two year extension periods"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "010978-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010978-2026",
                "datePublished": "2026-02-06T14:00:25Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}