Scope
Description
Tender Notice for UK Leisure Framework 2026-2034.
Commercial tool
Establishes a framework
Total value (estimated)
- £6,000,000,000 excluding VAT
- £7,200,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 18 June 2026 to 17 June 2034
- Possible extension to 17 June 2036
- 10 years
Description of possible extension:
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.
Options
The right to additional purchases while the contract is valid.
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.
Main procurement category
Works
CPV classifications
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45211350 - Multi-functional buildings construction work
- 66120000 - Investment banking services and related services
- 37480000 - Machinery or apparatus for leisure equipment
- 66000000 - Financial and insurance services
- 45215130 - Clinic construction work
- 71200000 - Architectural and related services
- 79340000 - Advertising and marketing services
- 92610000 - Sports facilities operation services
- 92600000 - Sporting services
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30200000 - Computer equipment and supplies
- 37400000 - Sports goods and equipment
- 45112000 - Excavating and earthmoving work
- 48100000 - Industry specific software package
- 51100000 - Installation services of electrical and mechanical equipment
- 71420000 - Landscape architectural services
- 73000000 - Research and development services and related consultancy services
- 80511000 - Staff training services
- 79410000 - Business and management consultancy services
Contract locations
- UK - United Kingdom
Framework
Maximum number of suppliers
1
Maximum percentage fee charged to suppliers
1%
Further information about fees
Proposed fees are detailed in the Invitation to Tender document, and range on a scale - based on project value.
Justification for framework term over 4 years
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.
Framework operation description
Details of the Framework are included within the Phase 1 Tender document.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Contracting authorities throughout the UK will be able to access the Framework.
Participation
Legal and financial capacity conditions of participation
As per tender document.
Technical ability conditions of participation
As per tender document.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
27 March 2026, 5:00pm
Submission type
Tenders
Tender submission deadline
6 April 2026, 12:00pm
Submission address and any special instructions
https://www.sell2wales.gov.wales/
To be submitted via Sell2Wales.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
- Welsh
- English
Award decision date (estimated)
18 June 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | As per tender document. |
Quality | 75.00% |
| Price | As per tender document. |
Price | 25.00% |
Other information
Description of risks to contract performance
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.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
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.
Documents
Associated tender documents
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
Contracting authorities
Denbighshire Leisure Ltd
- Companies House: 12178578
8-11 Trem-y-Dyffryn
Denbigh
LL16 5TX
United Kingdom
Contact name: ANDY MORELAND
Email: andy.moreland@dll.co.uk
Website: http://www.denbighshireleisure.co.uk
Region: UKL13 - Conwy and Denbighshire
Organisation type: Public undertaking (commercial organisation subject to public authority oversight)
Devolved regulations that apply: Wales
Denbighshire County Council
- Public Procurement Organisation Number: PTPG-8659-JMCD
Wynnstay Road
Ruthin
LL15 1YN
United Kingdom
Email: leisure@denbighshire.gov.uk
Region: UKL13 - Conwy and Denbighshire
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales