Leisure Management Operator Services | Tenderlake

Leisure Management Operator Services

Contract Value:
GBP 120M -
Notice Type:
Contract Notice
Published Date:
28 May 2024
Closing Date:
27 June 2024
Location(s):
UKI63 Merton, Kingston upon Thames and Sutton (UK UNITED KINGDOM)
Description:
Opportunity for a 10-year leisure management operator services contract for six facilities in Kingston, with potential extension, using Competitive Dialogue Procedure to allow bidders to define solutions and focus on integrating outdoor facilities to enhance residents' experience.
Leisure Management Operator Services.
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.

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.
Download full details as .pdf
The Buyer:
The Royal Borough of Kingston upon Thames
Additional information:
Link:
Download Full Notice as PDF
Link:
View Notice Source
CPV Code(s):
92000000 - Recreational, cultural and sporting services
92610000 - Sports facilities operation services