Scope
Reference
DN796085
Description
The Authority is seeking to appoint a suitably experienced long-term operator to undertake management services of the following Facilities as the Authority's agent:
Abbey Leisure Complex (CB5 8NT)
Cherry Hinton Village Centre (CB1 9EJ)
Jesus Green Lido (CB4 3AX)
Kings Hedges Learner Pool (CB4 2XH)
Parkside Pool and Gym (CB1 1LY)
Splashpads at Abbey Leisure Complex, Kings Hedges Learner Pool and Coleridge Recreation Ground (CB1 3QW)
Paddling pools at Cherry Hinton Hall (CB1 8DW), Lammas Land (CB3 9EY) and Sheep's Green learner pool (CB3 9EY)
Fitness suite and studio, 4 court sports hall, 3G pitch and 2 netball court MUGAs at Trumpington Community College (CB2 9HB)
Any additional leisure or sports facilities that may be built within the Authority's administrative area (that may also be part of educational sites), or that become the Authority's responsibility during the Contract Period.
Once appointed, the operator will manage the Facilities as an Agent to the Authority and will have day-to-day responsibility for doing so. Please refer to the Specification which sets out the Authority's Core Requirements (Sections 1 and 2), Service Requirements (Section 3), Asset Management Requirements (Section 4) and Performance Management and Reporting Requirements (Section 5).
For all Facilities, the Agent will be responsible for lifecycle replacement and all day-to-day repairs and maintenance of fixtures and fittings. The Authority / Academy Trusts will be responsible for all fixed structural assets at the Facilities. The Agent will additionally take responsibility for lifecycle replacement of all plant and equipment at the Facilities.
Total value (estimated)
- £15,000,000 excluding VAT
- £18,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 26 June 2026 to 25 June 2036
- Possible extension to 25 June 2041
- 15 years
Description of possible extension:
The Contract will be awarded for an initial term of ten years. The Contract may subsequently be extended for one period of no more than five years. The maximum allowable Contract Period is 15 years.
Options
The right to additional purchases while the contract is valid.
Over the Contract Period, the scope may be amended to allow for the addition or removal of leisure facilities as required. Any changes to the Contract will be made using the Change Protocol within the Contract and as a result, the value of the Contract may be amended accordingly.
The following is a non-exhaustive list of potential leisure and sport facilities that may be added to / removed from the scope in the future:
Swimming pools & lidos
Gymnasiums, fitness studios & sports halls
Changing facilities
Physio & rehabilitation facilities
Yoga & wellbeing centres
Soft play facilities
Climbing walls
Skate parks
BMX tracks
Pitches & courts (including artificial surfaces) - football, rugby, hockey, basketball, netball, tennis, badminton, squash, volleyball, padel, baseball, American football, Gaelic football, etc.
Golf courses (including Pitch & Putt and Crazy Golf provisions)
Ski centres
Ice rinks
Cafés
Indoor & outdoor bowling
Main procurement category
Services
CPV classifications
- 45212100 - Construction work of leisure facilities
- 45212290 - Repair and maintenance work in connection with sports facilities
- 79400000 - Business and management consultancy and related services
- 79900000 - Miscellaneous business and business-related services
- 92600000 - Sporting services
- 98300000 - Miscellaneous services
Contract locations
- UKH12 - Cambridgeshire CC
Participation
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
30 January 2026, 12:00pm
Submission type
Tenders
Tender submission deadline
9 February 2026, 12:00pm
Submission address and any special instructions
please register at https://procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=17b7c392-3fb6-f011-813a-005056b64545
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
4 June 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Quality | Quality | 70% |
| Price | Price | 30% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Competitive flexible procedure description
The Authority has decided to use a three-stage Competitive Flexible Procedure (CFP) for the Procurement with the following Stages:
The following provides a summary of the Stages of the Procurement:
Stage 1 - Bidders will be asked to submit Initial Tender and Procurement Specific Questionnaire (PSQ) Responses. The Authority will then assess Bidders' PSQ Responses and confirm which Bidders will proceed to Stage 2. This Stage focuses on shortlisting Bidders that meet the necessary technical, financial, and operational capabilities required by the Contract through consideration of current experience, capacity, systems, accreditations, financial standing, etc. Qualification will be determined through a series of pass/fail questions.
Stage 2 - for those Bidders who proceed to Stage 2, the Authority will then assess Bidders' Initial Tenders and confirm which Bidders will proceed to Stage 3. The Authority intends to invite a maximum of 3 Bidders to Stage 3 of the Procurement.
Stage 3 - for those Bidders who proceed to Stage 3, Bidders will be invited to attend up to 2 rounds of negotiation. Following the close of negotiation, Bidders will then be invited to submit their Final Tenders and the Authority will assess Final Tenders to identify the Most Advantageous Tender (MAT).
Award - once Final Tenders have been assessed, the Authority will provide assessment summaries to all Bidders who submitted Final Tenders and will publish a Contract Award Notice to commence a voluntary standstill period. Subject to the completion of the voluntary standstill period, the Authority intends for Stage 3 to end with the Authority entering into the Contract with the Successful Bidder.
Documents
Associated tender documents
https://procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=17b7c392-3fb6-f011-813a-005056b64545
Contracting authority
Cambridge City Council
- Public Procurement Organisation Number: PCBT-6819-NDPJ
The Guildhall
Cambridge
CB2 1BY
United Kingdom
Email: procurement@cambridge.gov.uk
Region: UKH12 - Cambridgeshire CC
Organisation type: Public authority - sub-central government