Tender

Leisure Services Management Under A Leisure Operating Contract

  • LONDON BOROUGH OF NEWHAM

F02: Contract notice

Notice identifier: 2023/S 000-008397

Procurement identifier (OCID): ocds-h6vhtk-031bfd

Published 22 March 2023, 4:50pm



The closing date and time has been changed to:

12 May 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

LONDON BOROUGH OF NEWHAM

Building 1000,Dockside Road

LONDON

E162QU

Email

eprocurement@Newham.gov.uk

Country

United Kingdom

Region code

UKI41 - Hackney and Newham

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.newham.gov.uk/council/procurement---buy/2

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://elyq.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002089195

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Leisure Services Management Under A Leisure Operating Contract

Reference number

ITTN23

two.1.2) Main CPV code

  • 92000000 - Recreational, cultural and sporting services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Newham (the "Council") is inviting tenders for its Leisure Services Management Contract. The contract is for 10 years with the option to extend by a further 5 years. This is an invitation to tender. Any interested organisation/consortium with relevant experience may submit an Initial Tender in response to this contract notice.

Leisure services offer a huge opportunity to improve the health and wellbeing of the Council's residents.

This procurement is being conducted in accordance with the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 Social and Other Specific Services. Under Regulation 76 the Council is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (service providers).

The contract is to commence on or around 1st April 2024 and will be for ten (10) years with an optional extension of five (5) years.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 92000000 - Recreational, cultural and sporting services

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham
Main site or place of performance

London Borough of Newham

two.2.4) Description of the procurement

The London Borough of Newham (the "Council") is inviting tenders for its Leisure Services Management Contract. The contract is for 10 years with the option to extend by a further 5 years.

This is an invitation to tender. Any interested organisation/consortium with relevant experience may submit an Initial Tender in response to this contract notice.

Leisure services offer a huge opportunity to improve the health and wellbeing of the Council's residents.

The Council's Health and Wellbeing Strategy, "50 Steps to a Healthier Borough", outlines the ambitions of the Council and its partners to improve the health of residents. This includes the recognition of the importance that physical activity has in supporting an individual's overall health and mental wellbeing, as well as the positive impact on supporting wider health inequalities.

The delivery and management of leisure services has been redesigned to reflect the current landscape in the borough, including the impact that Covid-19 has had on residents' health and wellbeing. The redesigned provision reflects a borough which supports and nurtures our young people and families and a service that will be required to work with a range of partners to provide an offer that supports the needs of all residents.

To achieve this, a renewed focus and approach to the delivery and management of leisure services is required. This approach alongside the Council's strategic approach through 50 Steps to a Healthier Borough, Community Wealth Building, Towards a Better Newham, Climate Now and Tackling Racism, Inequality and Disproportionality supports broader outcomes for Newham residents including:

• Fewer inactive people

• Better physical and mental health

• Inclusive and suitable opportunities for all

• Social connectedness

• Apprenticeships and local employment

The Council's vision, aspirations and ambitions will play a leading role throughout the proposed procurement process to identify a leisure partner whose capabilities, track record and goals match our own.

During the term of the contract, the Council may activate "Work Package 2" as described in the procurement documents which will require the successful provider to develop, organise, promote and deliver a programme for weight management and movement.

Referrals would most typically come via GPs, but referrals should be accepted from other health and care professionals. It is currently unknown whether funding will be available in the future for Work Package 2 but in the event it is activated, the contract will be varied to include this work package.

If, during the procurement process and prior to the submission of Final Tenders, there is an event or series of events that results in an estimated reduction in turnover of 133½ % or increase in cost of working of 133½ % from that stated in the initial Pricing Schedule submitted with the Bidders' Initial Tenders. (Increase in cost of working shall mean any additional expense you necessarily and reasonably incur solely to prevent or limit a reduction in turnover), then the Authority may consider temporary adjustments which it shall communicate to the Bidders, in order to allow the procurement to continue.

This procurement is being conducted in accordance with the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 Social and Other Specific Services. Under Regulation 76 the Council is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (service providers).

The contract is to commence on or around 1st April 2024 and will be for ten (10) years with an optional extension of five (5) years.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

180

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-005473

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

10 May 2023

Local time

12:00pm

Changed to:

Date

12 May 2023

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 May 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom