Opportunity

Leisure Services Management Contract

  • LONDON BOROUGH OF NEWHAM

F02: Contract notice

Notice reference: 2022/S 000-014815

Published 26 May 2022, 5:20pm



Section one: Contracting authority

one.1) Name and addresses

LONDON BOROUGH OF NEWHAM

Building 1000,Dockside Road

LONDON

E162QU

Email

eprocurement@onesource.co.uk

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

www.newham.gov.uk

one.3) Communication

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

www.newham.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.newham.gov.uk

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 Contract

Reference number

ITTN127

two.1.2) Main CPV code

  • 98330000 - Physical well-being services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Newham is inviting tenders for their Leisure Services Management Contract. The contract is for 10 years with optional extension of 5 years. This is an invitation to tender. Any interested organisation/consortium with relevant experience may submit a Bid in response to this contract notice.

Leisure services offer a huge opportunity to improve the health and wellbeing of our 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 Councils strategic approach through 50 Steps to a Healthier Newham, Community Wealth Building, Towards a Better Newham, Bright Futures, 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.

two.1.5) Estimated total value

Value excluding VAT: £19,700,000

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

two.2.4) Description of the procurement

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 or Bidders). It is anticipated the approach used will use a one stage competitive tender with negotiation applying the award criteria specified in the contract notice. Any interested organisation/consortium may submit a Bid in response to this Invitation to Submit Initial Tender ("ISIT"). However, the Authority reserves the right to add additional or further stages as necessary in order to ensure that it is able to identify solutions that meets its needs and to preserve fair and equal competition.

The purpose of the Initial Tender Stage is to provide Bidders with the opportunity to submit an Initial Tender which is capable of acceptance by the Authority, without negotiation. The Authority however reserves the right to carry out negotiations in order to improve the content of the Initial Tenders.

It is the Authority's intention to use the Initial Tender Stage to reduce the number of Bidders to be invited to take part in the Negotiation Stage to three (3). The number of Initial Tenders to be negotiated will be reduced by applying the evaluation criteria set out in section 6 of this ISIT. The Authority reserves the right (in its absolute discretion) to award the Contract without negotiation based on Initial Tenders only. The Initial Tender should therefore be capable of acceptance without any further negotiation. This means that the winning bidder submission must meet all of the Authority's requirements and achieved the highest score.

In the event the number of top scoring bidders are tied, the Council will invite all the bidders who score the same to negotiate. For example, if the top overall score is 67% and 4 bidders achieve the same score, the Council will invite the 4 bidders to negotiate.

Negotiation Stage

During the negotiation meetings the authority will ensure equal treatment of all Bidders and will not provide information in a discriminatory manner which may give some Bidders an advantage over other.

Once the negotiation stage has concluded, Bidders will be sent an Invitation to Submit Final Tender (ISFT), reflecting the outcome of their negotiations with the Authority and must be capable of acceptance by the Authority. These will be evaluated applying the criteria set out in section 6 of this ISIT and the highest scoring Bidder will be selected.

Final Tender Stage

In their Final Tenders, Bidders will be asked to:

- Provide responses to method Statements identifying changes to the responses provided at the initial tender submission; and

- Provide pricing schedules that may be the same or as amended versions of those provided at the Initial Tender submission.

two.2.5) Award criteria

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

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

Start date

1 April 2023

End date

31 March 2033

This contract is subject to renewal

Yes

Description of renewals

Procurement may be extended a further 5 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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

Date

7 July 2022

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

n/a

n/a

Country

United Kingdom