Notice Information
Notice Title
SC Leisure Management Procurement
Notice Description
1.1.The Authority is issuing this Invitation to Submit an Initial Tender ("ISIT") in connection with the Procurement described in the Tender Notice published on the Central Digital Platform (the "Platform") with reference number ED0407-25 (the "Procurement"). 1.2.The Procurement is being run under a two - stage competitive flexible procedure pursuant to section 19 of the Procurement Act 2023 (the "Act"). As such, this ISIT provides further details of the Procurement and process for submitting Bids. 1.3.The Authority requires tenders to be submitted for both a Concession and an Agency Model Contract. Introduction to the Authority 1.4.The county of Shropshire is located in the west of England and borders Wales to the west, Cheshire to the north, Staffordshire to the east and Herefordshire to the south. 1.5.The county has an ageing population and is relatively prosperous with high levels of home ownership and low levels of unemployment. The county has 2 Lower Super Output Areas (LSOAs) in the most deprived 10% of all LSOAs nationally; 1 in Shrewsbury and 1 in Ludlow. Levels of inactivity in both adults and children are lower than the averages nationally and for the West Midlands. 1.6.The Authority's Vision and Key Principles for leisure services and facilities in Shropshire is as follows: Vision 1.7."Shropshire Council's vision for leisure services is to increase physical activity levels, improve community health, and foster social and economic development by supporting a network of accessible, high-quality facilities and activities across the county. The council aims to be a facilitator rather than a direct deliverer, partnering with local communities and its leisure operators to create a diverse range of options, improve existing venues, and promote active travel and sustainable practices.'' Key Principles 1.8.The key principles underpinning this vision are: 1.Improving the health and wellbeing outcomes of residents 2.Inclusivity 3.Focussing on the inactive 4.Accessibility 5.System-wide approach and partnership working 6.Accountability 7.Financial sustainability 8.Asset management and planned future investment 9.Openness and transparency 10.Marketing and communication 11.Alignment with national and local strategies 12.Flexibility 13.Carbon reduction 14.Governance and monitoring 15.Social value 2.Overview of the Authority's Requirement 2.1.The Authority is seeking an Operator Partner /Agent (depending on the form of contract used) to operate the Facilities and Services covered by this procurement opportunity. The Authority requires that the Contract reflects the required operational ethos, and the critical importance of financial viability together with the need to reduce health inequalities and increase levels of physical activity. The Operator Partner must work across the county to deliver active well-being programmes in both formal leisure facilities as well as other community spaces and places. Promoting grassroots sport and physical activity and the importance of leisure time to develop a sense of community is also central to this Contract. 2.2.The Core Services to be provided by the Operator Partner are: *Operational management of the Facilities; *Delivery of Authority and Public Health priorities to address the wider determinants of health; and *Partnership working as set out in this Services Specification and agreed with Authority. This will include developing a higher profile for community sport and advocating the benefits of physical activity. 2.3.The Authority's key priorities for the Services are to: *increase physical activity and participation through the activities in the Facilities; *ensure the Facilities and Services promote and address improved physical and mental health and well-being in the county; *ensure that mental and physical health is addressed through a wide programme of activities, both within the Facilities and on an outreach basis; *develop projects which encourage and promote sport and leisure participation opportunities for young people, those with disabilities, ethnic minority groups and disadvantaged groups; *ensure that opportunities for active travel are promoted; *reduce energy consumption in the operational delivery of the Services and the Operator Partner's wider activities to support the Authority's ambition to become carbon neutral; and *ensure that, in operating the Facilities and Services, there is a balance between income generation and social outcomes. 2.4.The Authority requires that, as a result of the Services delivered through this Contract, its residents stay active, and/or become more active and that those who are inactive are encouraged and supported to become active. 2.5.Ensuring that children and young people start to become physically active from an early age, adults integrate physical activity into their everyday lives, and older people stay active are key principles for the Services. The Operator Partner must demonstrate as part of its tender submission how it will: *Increase levels of participation in physical activity and sport through behaviour change *Improve community health and well-being *Contribute to reducing health inequalities, particularly for priority groups *Contribute to improved mental health levels in the community, particularly for priority groups including the elderly; children and young people; women and girls; families; those in deprivation; ethnic minority groups; and those with disabilities and long-term health conditions. 2.6.Based on the recommendations of strategic work such as the Built Facility Strategy, the Authority has identified the following key Strategic Priorities for the Services to be delivered by the Operator Partner which are designed to contribute to the Authority 's wider local Strategic Outcomes (detailed above): *Deliver high quality Services that meet Performance Standards and exceed customer expectations as demonstrated through customer feedback surveys; *Deliver financially and environmentally sustainable facilities; *Ensure facilities are maintained to a high standard throughout the life of the Contract; *Increase inclusive opportunities to participate in sport and physical activity, from beginner to performance level for all sections of the community; *Increase activity levels from underrepresented/priority groups identified as having no or low levels of physical activity including but not limited to people with disabilities; *Improve access to Facilities, activities and opportunities for priority groups that participate less in sport and physical activity, including people with disabilities; *Provide wider social value through strong and positive engagement with partners/community; *Engage and support local sports clubs to deliver in their communities; *Ensure programmes, activities and events provided maximise use of all the Facilities; and *Ensure Facilities remain commercially attractive, recognising that a quality environment attracts participation 2.7.The Authority is seeking Bids in relation to the SC Leisure Management Contract. For further details see the Specification and associated appendices (separate documents on the portal). For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Sporting-services./42G6Z69KYK To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/42G6Z69KYK
Lot Information
Lot 1
Renewal: 5 years (Extension at the discretion of Shropshire Council)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-068477
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034827-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
92 - Recreational, cultural and sporting services
-
- CPV Codes
92600000 - Sporting services
Notice Value(s)
- Tender Value
- £1,500,000 £1M-£10M
- Lots Value
- £1,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Apr 20261 weeks ago
- Submission Deadline
- 15 Jun 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Aug 2027 - 1 Aug 2037 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
- SHROPSHIRE COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- SHREWSBURY
- Postcode
- SY3 8HQ
- Post Town
- Shrewsbury
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG2 Shropshire and Staffordshire
- Small Region (ITL 3)
- TLG22 Shropshire
- Delivery Location
- TLG22 Shropshire
-
- Local Authority
- Shropshire
- Electoral Ward
- Porthill
- Westminster Constituency
- Shrewsbury
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/034827-2026
16th April 2026 - Tender notice on Find a Tender
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-068477-2026-04-16T15:50:46+01:00",
"date": "2026-04-16T15:50:46+01:00",
"ocid": "ocds-h6vhtk-068477",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PCLL-9577-QDZW",
"name": "Shropshire Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PCLL-9577-QDZW"
},
"address": {
"streetAddress": "Guildhall, Frankwell Quay",
"locality": "Shrewsbury",
"postalCode": "SY3 8HQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG22"
},
"contactPoint": {
"name": "Procurement",
"email": "procurement@shropshire.gov.uk",
"telephone": "01743 235748"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PCLL-9577-QDZW",
"name": "Shropshire Council"
},
"tender": {
"id": "DMCV 024",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "SC Leisure Management Procurement",
"description": "1.1.The Authority is issuing this Invitation to Submit an Initial Tender (\"ISIT\") in connection with the Procurement described in the Tender Notice published on the Central Digital Platform (the \"Platform\") with reference number ED0407-25 (the \"Procurement\"). 1.2.The Procurement is being run under a two - stage competitive flexible procedure pursuant to section 19 of the Procurement Act 2023 (the \"Act\"). As such, this ISIT provides further details of the Procurement and process for submitting Bids. 1.3.The Authority requires tenders to be submitted for both a Concession and an Agency Model Contract. Introduction to the Authority 1.4.The county of Shropshire is located in the west of England and borders Wales to the west, Cheshire to the north, Staffordshire to the east and Herefordshire to the south. 1.5.The county has an ageing population and is relatively prosperous with high levels of home ownership and low levels of unemployment. The county has 2 Lower Super Output Areas (LSOAs) in the most deprived 10% of all LSOAs nationally; 1 in Shrewsbury and 1 in Ludlow. Levels of inactivity in both adults and children are lower than the averages nationally and for the West Midlands. 1.6.The Authority's Vision and Key Principles for leisure services and facilities in Shropshire is as follows: Vision 1.7.\"Shropshire Council's vision for leisure services is to increase physical activity levels, improve community health, and foster social and economic development by supporting a network of accessible, high-quality facilities and activities across the county. The council aims to be a facilitator rather than a direct deliverer, partnering with local communities and its leisure operators to create a diverse range of options, improve existing venues, and promote active travel and sustainable practices.'' Key Principles 1.8.The key principles underpinning this vision are: 1.Improving the health and wellbeing outcomes of residents 2.Inclusivity 3.Focussing on the inactive 4.Accessibility 5.System-wide approach and partnership working 6.Accountability 7.Financial sustainability 8.Asset management and planned future investment 9.Openness and transparency 10.Marketing and communication 11.Alignment with national and local strategies 12.Flexibility 13.Carbon reduction 14.Governance and monitoring 15.Social value 2.Overview of the Authority's Requirement 2.1.The Authority is seeking an Operator Partner /Agent (depending on the form of contract used) to operate the Facilities and Services covered by this procurement opportunity. The Authority requires that the Contract reflects the required operational ethos, and the critical importance of financial viability together with the need to reduce health inequalities and increase levels of physical activity. The Operator Partner must work across the county to deliver active well-being programmes in both formal leisure facilities as well as other community spaces and places. Promoting grassroots sport and physical activity and the importance of leisure time to develop a sense of community is also central to this Contract. 2.2.The Core Services to be provided by the Operator Partner are: *Operational management of the Facilities; *Delivery of Authority and Public Health priorities to address the wider determinants of health; and *Partnership working as set out in this Services Specification and agreed with Authority. This will include developing a higher profile for community sport and advocating the benefits of physical activity. 2.3.The Authority's key priorities for the Services are to: *increase physical activity and participation through the activities in the Facilities; *ensure the Facilities and Services promote and address improved physical and mental health and well-being in the county; *ensure that mental and physical health is addressed through a wide programme of activities, both within the Facilities and on an outreach basis; *develop projects which encourage and promote sport and leisure participation opportunities for young people, those with disabilities, ethnic minority groups and disadvantaged groups; *ensure that opportunities for active travel are promoted; *reduce energy consumption in the operational delivery of the Services and the Operator Partner's wider activities to support the Authority's ambition to become carbon neutral; and *ensure that, in operating the Facilities and Services, there is a balance between income generation and social outcomes. 2.4.The Authority requires that, as a result of the Services delivered through this Contract, its residents stay active, and/or become more active and that those who are inactive are encouraged and supported to become active. 2.5.Ensuring that children and young people start to become physically active from an early age, adults integrate physical activity into their everyday lives, and older people stay active are key principles for the Services. The Operator Partner must demonstrate as part of its tender submission how it will: *Increase levels of participation in physical activity and sport through behaviour change *Improve community health and well-being *Contribute to reducing health inequalities, particularly for priority groups *Contribute to improved mental health levels in the community, particularly for priority groups including the elderly; children and young people; women and girls; families; those in deprivation; ethnic minority groups; and those with disabilities and long-term health conditions. 2.6.Based on the recommendations of strategic work such as the Built Facility Strategy, the Authority has identified the following key Strategic Priorities for the Services to be delivered by the Operator Partner which are designed to contribute to the Authority 's wider local Strategic Outcomes (detailed above): *Deliver high quality Services that meet Performance Standards and exceed customer expectations as demonstrated through customer feedback surveys; *Deliver financially and environmentally sustainable facilities; *Ensure facilities are maintained to a high standard throughout the life of the Contract; *Increase inclusive opportunities to participate in sport and physical activity, from beginner to performance level for all sections of the community; *Increase activity levels from underrepresented/priority groups identified as having no or low levels of physical activity including but not limited to people with disabilities; *Improve access to Facilities, activities and opportunities for priority groups that participate less in sport and physical activity, including people with disabilities; *Provide wider social value through strong and positive engagement with partners/community; *Engage and support local sports clubs to deliver in their communities; *Ensure programmes, activities and events provided maximise use of all the Facilities; and *Ensure Facilities remain commercially attractive, recognising that a quality environment attracts participation 2.7.The Authority is seeking Bids in relation to the SC Leisure Management Contract. For further details see the Specification and associated appendices (separate documents on the portal). For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Sporting-services./42G6Z69KYK To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/42G6Z69KYK",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "92600000",
"description": "Sporting services"
}
],
"deliveryAddresses": [
{
"region": "UKG22",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 1500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "2.23.This CFP - PSQ document has been prepared to assist all suppliers interested in submitting a completed PSQ response with respect to the Procurement. 2.24.The Authority is using the Competitive Flexible Procedure. Any interested organisation/ Consortium may submit a PSQ response. 2.25.The Authority will check the Debarment List, Exclusion Ground Information and evaluate Bidders' responses to the questions in the PSQ. Any Bidder who is on the Debarment List or who is an excluded supplier for the purposes of the Act will not be taken further in the process. The Authority reserves the right to decide that any Bidder who is an excludable supplier for the purposes of the Act will not be taken further in the process. Other Bidders who have completed the PSQ and provided all information required by the Authority, will proceed to the next stage of the process. 2.26.The purpose of this document is to describe the Procurement Process and to provide further information about the Procurement. 2.27.The Authority may request Bidders to clarify aspects of their Bids where the Authority considers it appropriate to do so. 2.28.Under the CFP, the following process stages will apply: *PSQ: Given timescales, Bidders will be asked to submit a PSQ and Initial Tender Submission together. The PSQ helps assess a supplier's suitability, experience, financial standing, and compliance with essential criteria before inviting the supplier to submit a tender. *PSQ Evaluation: The PSQs are reviewed and scored. Suppliers who meet the required standards will have their Initial Tenders evaluated. *Initial Tender submissions: These are initial formal bids based on the finalised specification and include pricing and detailed proposals. In preparing their initial bids, tenderers will be able to visit the sites in the tender portfolio- both business development and technical site visits will be facilitated. *Initial Tender evaluation: Submitted tenders will be evaluated against predefined criteria such as cost, quality, innovation, and compliance. Scoring is done by panels. *Negotiation to enhance the specification: A negotiation phase is conducted with the shortlisted suppliers to refine and clarify the project requirements. *Final Tender submissions: Suppliers are then invited to submit final formal bids based on the finalised specification. This will include pricing and detailed proposals. *Final Tender evaluation: Submitted tenders will then be evaluated against predefined criteria such as cost, quality, innovation, and compliance. Scoring is done by panels. *Evaluation: Submitted tenders will then be evaluated against predefined criteria such as cost, quality, innovation, and compliance. Scoring is done by panels. *Due Diligence Period: Before awarding the contract, further checks are conducted on the Intended Successful Supplier to validate supplier claims (e.g., financial health, references). *Contract Award: The successful Supplier is formally awarded the contract, and the procurement process concludes. 2.29.The Authority reserves the right to vary the procedure as described in any of the Procurement Documents including in the Tender Notice and the CFP documents. Reasons for this may include, but are not limited to, supporting continued competition, avoiding unnecessary bidding costs and adhering to subsequent technical or legal guidance. 2.30.The purpose of this document is to describe the Procurement Process and to provide further information about the Procurement. 2.31.All documents and Bids will be prepared in the English language. The Procurement Process and all subsequent contracts will be subject to English law and the exclusive jurisdiction of the English courts. 4.1.The timetable below sets out the key dates in the Procurement Process. Timetable SC Leisure Management Procurement Process 2026 16th April 2026Issue Tender Notice, PSQ, ISIT, and draft contract documentation. April /May/June 2026Site Visits 15 June 2026Closing date for clarifications 29th June 2026PSQ and Tender submission deadline 30 June - 27 July 2026Evaluation of initial PSQ and Tender submissions w/c 3rd August 2026Negotiation meetings 31 August 2026Invitation for final Tender Submissions 28 September 2026Deadline for clarifications 2 November 2026Final Tender Submissions 30 November 2026Best And Final Offer Evaluation completed 12 - 19 April 2027Assessment summaries issued and intended successful bidder notified 26 April 2027Award contract May to July 2027Mobilisation Period 2027 2 AugustNew contract commencement date"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "https://csg.delta-esourcing.com",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-06-29T12:00:00+01:00",
"enquiryPeriod": {
"endDate": "2026-06-15T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2027-04-26T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 1500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Criterion 1",
"description": "%",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Criterion 2",
"description": "%",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-08-02T00:00:00+01:00",
"endDate": "2037-08-01T23:59:59+01:00",
"maxExtentDate": "2042-08-01T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "5 years (Extension at the discretion of Shropshire Council)"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1029557083",
"documentType": "biddingDocuments",
"description": "Appendices",
"url": "https://shropshirecouncil.sharepoint.com/:f:/r/sites/SLC/Shared%20Documents/Final%20Appendices%2016.04.26?csf=1&web=1&e=YhvdyM"
},
{
"id": "034827-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/034827-2026",
"datePublished": "2026-04-16T15:50:46+01:00",
"format": "text/html"
}
]
},
"language": "en"
}