II.2.2) Additional CPV code(s)
92000000
II.2.3) Place of performance
NUTS code:
UKI63
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Programming & Approach to Customer Pricing
/ Weighting: 4
Quality criterion: Asset Management, Compliance and Cleaning
/ Weighting: 8
Quality criterion: Environmental Sustainability and Carbon Reduction
/ Weighting: 4
Quality criterion: Delivering Active Communities: Sports Development, Health & Wellbeing and Outreach Work
/ Weighting: 14
Quality criterion: Marketing, Customer Care and CRM including Digital Customer Experience
/ Weighting: 6
Quality criterion: Staffing, Recruitment, Training, Development and Volunteer Coaching Network
/ Weighting: 4
Quality criterion: Financial Management, Reporting and IT Systems
/ Weighting: 8
Quality criterion: Contract Mobilisation
/ Weighting: 2
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
120 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 180
This contract is subject to renewal: Yes
Description of renewals:
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.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Selection criteria as stated in the procurement documents.
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of 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
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No