Tender

UK Leisure Framework 2026-2034

  • Denbighshire Leisure Ltd
  • Denbighshire County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-007315

Procurement identifier (OCID): ocds-h6vhtk-05f913 (view related notices)

Published 27 January 2026, 5:20pm

Last edited 30 January 2026, 4:37pm

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

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

This table contains award criteria for this lot
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.


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

Region: UKL13 - Conwy and Denbighshire

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales


Contact organisation

Contact Denbighshire Leisure Ltd for any enquiries.