← Back to opportunities

Leisure Management Operator Services

The Royal Borough of Kingston upon Thames

Buyer Contact Info

Buyer Name: The Royal Borough of Kingston upon Thames

Buyer Address: Guildhall, High Street, Kingston upon Thames, UKI63, KT1 1EU, United Kingdom

Contact Name: Mr Stephen Morris

Contact Email: commissioning@kingston.gov.uk

Contact Telephone: +44 2085475000

Status
complete
Procedure
selective
Value
120000000.0 GBP
Published
11 Mar 2026, 16:27
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
92000000 - Recreational, cultural and sporting services
Region
n/a
Awarded To
Places for People Leisure Management Limited
Official Source
Open Find a Tender

Description

The Royal Borough of Kingston released the opportunity to the market for the provision of Leisure Management Operator Services for six leisure facilities: - The Malden Centre - Weir Archer Athletics & Fitness Centre - Tolworth Recreation Centre - Kingston Leisure Centre - Chessington Sports Centre - Albany Outdoors The management contract will be for a period of 10 years with the option of an extension of up to five years at the Council’s discretion. There will be a staggered start to the contract as follows: - October 2025: Chessington Sports Centre and Albany Outdoors - April 2026: The Malden Centre, Weir Archer Athletics & Fitness Centre, Tolworth Recreation Centre - Spring 2027: Kingston Leisure Centre (new build facility scheduled to open). The Council used the Competitive Dialogue Procedure under Regulation 30 of the PCR for the procurement of this Contract as it considered that this procedure could best meet the Council’s objectives for the service requirements and commercial terms in accordance with Regulation 26(4)(a)(i) to (iii). Bidders were expected to have a major role in defining the solution which could not be specified by the Council at the outset, as the Council was unable to assess or determine the solution without in-depth dialogue.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: The Council undertook the procurement using the Competitive Dialogue procedure in line with Regulation 30 of the Public Contract Regulations 2015. The procurement documents were available for unrestricted and full direct access, free of charge at https://procontract.due-north.com/

Lot 1 Status: cancelled

Lot 1 Has Options: Yes

Lot 1 Options: The Council required the submission of a standard model bid and a mandatory agency variant (agency model) bid, all evaluation criteria was applied to both bids in accordance with the process set out in the ISFT. The Final Tender that received the highest overall score and had established a final Contract was awarded the Contract, which was based on a mandatory agency model, representing the Tender capable of providing the most economically advantageous tender for the Council.

Lot 1 Award Criterion (quality): Programming & Approach to Customer Pricing

Lot 1 Award Criterion (quality): Asset Management, Compliance and Cleaning

Lot 1 Award Criterion (quality): Environmental Sustainability and Carbon Reduction

Lot 1 Award Criterion (quality): Delivering Active Communities: Sports Development, Health & Wellbeing and Outreach Work

Lot 1 Award Criterion (quality): Marketing, Customer Care and CRM including Digital Customer Experience

Lot 1 Award Criterion (quality): Staffing, Recruitment, Training, Development and Volunteer Coaching Network

Lot 1 Award Criterion (quality): Financial Management, Reporting and IT Systems

Lot 1 Award Criterion (quality): Contract Mobilisation

Lot 1 Award Criterion (quality): Social Value

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "id": "021981-2026-DN719464-1",
      "relatedLots": [
        "1"
      ],
      "status": "active",
      "suppliers": [
        {
          "id": "GB-FTS-176904",
          "name": "Places for People Leisure Management Limited"
        }
      ]
    }
  ],
  "bids": {
    "statistics": [
      {
        "id": "1",
        "measure": "bids",
        "relatedLot": "1",
        "value": 3
      },
      {
        "id": "2",
        "measure": "smeBids",
        "relatedLot": "1",
        "value": 0
      },
      {
        "id": "3",
        "measure": "electronicBids",
        "relatedLot": "1",
        "value": 3
      }
    ]
  },
  "buyer": {
    "id": "GB-FTS-4627",
    "name": "The Royal Borough of Kingston upon Thames"
  },
  "contracts": [
    {
      "awardID": "021981-2026-DN719464-1",
      "dateSigned": "2025-07-22T00:00:00+01:00",
      "id": "021981-2026-DN719464-1",
      "status": "active",
      "value": {
        "amount": 120000000,
        "currency": "GBP"
      }
    }
  ],
  "date": "2026-03-11T16:27:50Z",
  "id": "021981-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04552d",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Kingston upon Thames",
        "postalCode": "KT1 1EU",
        "region": "UKI63",
        "streetAddress": "Guildhall, High Street"
      },
      "contactPoint": {
        "email": "commissioning@kingston.gov.uk",
        "name": "Mr Stephen Morris",
        "telephone": "+44 2085475000"
      },
      "details": {
        "buyerProfile": "http://www.kingston.gov.uk",
        "classifications": [
          {
            "description": "Regional or local authority",
            "id": "REGIONAL_AUTHORITY",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.kingston.gov.uk"
      },
      "id": "GB-FTS-4627",
      "identifier": {
        "legalName": "The Royal Borough of Kingston upon Thames"
      },
      "name": "The Royal Borough of Kingston upon Thames",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "WC1X 8QR",
        "region": "UKI63",
        "streetAddress": "305 Grays Inn Road"
      },
      "details": {
        "scale": "large"
      },
      "id": "GB-FTS-176904",
      "identifier": {
        "legalName": "Places for People Leisure Management Limited"
      },
      "name": "Places for People Leisure Management Limited",
      "roles": [
        "supplier"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "WC2A 2LL",
        "streetAddress": "The Strand"
      },
      "id": "GB-FTS-1579",
      "identifier": {
        "legalName": "The High Court of Justice"
      },
      "name": "The High Court of Justice",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "classification": {
      "description": "Recreational, cultural and sporting services",
      "id": "92000000",
      "scheme": "CPV"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The Royal Borough of Kingston released the opportunity to the market for the provision of\nLeisure Management Operator Services for six leisure facilities:\n- The Malden Centre\n- Weir Archer Athletics \u0026 Fitness Centre\n- Tolworth Recreation Centre\n- Kingston Leisure Centre\n- Chessington Sports Centre\n- Albany Outdoors\nThe management contract will be for a period of 10 years with the option of\nan extension of up to five years at the Council\u2019s discretion.\nThere will be a staggered start to the contract as follows:\n- October 2025: Chessington Sports Centre and Albany Outdoors\n- April 2026: The Malden Centre, Weir Archer Athletics \u0026 Fitness Centre, Tolworth\nRecreation Centre\n- Spring 2027: Kingston Leisure Centre (new build facility scheduled to open).\nThe Council used the Competitive Dialogue Procedure under Regulation 30 of the PCR for\nthe procurement of this Contract as it considered that this procedure could best meet the Council\u2019s\nobjectives for the service requirements and commercial terms in accordance with Regulation\n26(4)(a)(i) to (iii).\nBidders were expected to have a major role in defining the solution which could not be specified\nby the Council at the outset, as the Council was unable to assess or determine the solution without in-depth dialogue.",
    "id": "DN719464",
    "items": [
      {
        "deliveryAddresses": [
          {
            "region": "UKI63"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "4",
              "name": "Programming \u0026 Approach to Customer Pricing",
              "type": "quality"
            },
            {
              "description": "8",
              "name": "Asset Management, Compliance and Cleaning",
              "type": "quality"
            },
            {
              "description": "4",
              "name": "Environmental Sustainability and Carbon Reduction",
              "type": "quality"
            },
            {
              "description": "14",
              "name": "Delivering Active Communities: Sports Development, Health \u0026 Wellbeing and Outreach Work",
              "type": "quality"
            },
            {
              "description": "6",
              "name": "Marketing, Customer Care and CRM including Digital Customer Experience",
              "type": "quality"
            },
            {
              "description": "4",
              "name": "Staffing, Recruitment, Training, Development and Volunteer Coaching Network",
              "type": "quality"
            },
            {
              "description": "8",
              "name": "Financial Management, Reporting and IT Systems",
              "type": "quality"
            },
            {
              "description": "2",
              "name": "Contract Mobilisation",
              "type": "quality"
            },
            {
              "description": "10",
              "name": "Social Value",
              "type": "quality"
            },
            {
              "description": "40",
              "type": "price"
            }
          ]
        },
        "description": "The Council undertook the procurement using the Competitive Dialogue procedure in line\nwith Regulation 30 of the Public Contract Regulations 2015.\nThe procurement documents were available for unrestricted and full direct access, free of\ncharge at https://procontract.due-north.com/",
        "hasOptions": true,
        "id": "1",
        "options": {
          "description": "The Council required the submission of a standard model bid and a mandatory\nagency variant (agency model) bid, all evaluation criteria was applied to both bids in\naccordance with the process set out in the ISFT. The Final Tender that received the highest overall score and had established a final Contract was awarded the Contract, which was based on a mandatory agency model, representing the Tender capable of providing the most economically advantageous tender for the Council."
        },
        "status": "cancelled"
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive dialogue",
    "status": "complete",
    "title": "Leisure Management Operator Services"
  }
}