Section one: Contracting authority
one.1) Name and addresses
LONDON BOROUGH OF NEWHAM
Building 1000,Dockside Road
LONDON
E162QU
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