← Back to opportunities

The Provision of a Leisure Management System

Caerphilly County Borough Council

Buyer Contact Info

Buyer Name: Caerphilly County Borough Council

Buyer Address: Penallta House, Tredomen Park, Hengoed, UKL16, CF82 7PG, United Kingdom

Contact Name: Jessica Thomas

Contact Email: thomaj11@caerphilly.gov.uk

Contact Telephone: 01443863382

Status
active
Procedure
open
Value
1000000.0 GBP
Gross: 1200000 GBP
Published
26 Sep 2025, 09:31
Deadline
27 Oct 2025, 12:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
72000000 - IT services: consulting, software development, Internet and support
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Council has a requirement to procure a modern, scalable, secure and accessible Leisure Management System (LMS) to support the delivery of leisure services across the County Borough. The system will be used by customers, staff, and administrators, and must support full self-service capabilities. It must comply with relevant Welsh and UK public sector standards and be suitable for integration into a local authority digital ecosystem. The Council aims to increase usage and income at its leisure centres by enhancing customer experience through improved communications, digital self-service and targeted marketing, while supporting corporate and national objectives around health, wellbeing and social inclusion. The approach focuses on building customer loyalty and delivering best value via stable, data-informed service improvements. The Council’s Sport & Leisure Services consist of 9x leisure centres, 1x Athletics Hub, 1x Centre for Sporting Excellence and 4x School Sport Facilities. Park Services consists of 116x grass pitches, which play host to several thousand rugby, football and cricket matches each year as well as sport and public events. Further information can be found in the Procurement Document in the Proactis eTendering system.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/060007-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: If additional sites are added to the Council's portfolio during the contract period the option will be available to use the services procured under the contract for those additional sites. The Council reserve the right to procure additional services throughout the duration of the contract if they assist with improving the customer experience or provide innovation to enhance the service, within the subject matter of the contract.

Lot 1 Value: GBP 1,000,000

Lot 1 Value (Gross): GBP 1,200,000

Lot 1 Contract Start: 2026-09-01T00:00:00+01:00

Lot 1 Contract End: 2031-08-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Tender Response Questions (20%)

Lot 1 Award Criterion (price): Pricing Schedule (30%)

Lot 1 Award Criterion (quality): System Demonstration (40%)

Lot 1 Award Criterion (quality): Social Value (10%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PWHP-2369-JPYL",
    "name": "Caerphilly County Borough Council"
  },
  "date": "2025-09-26T10:31:48+01:00",
  "id": "060007-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-055f4c",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Hengoed",
        "postalCode": "CF82 7PG",
        "region": "UKL16",
        "streetAddress": "Penallta House, Tredomen Park"
      },
      "contactPoint": {
        "email": "thomaj11@caerphilly.gov.uk",
        "name": "Jessica Thomas",
        "telephone": "01443863382"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          },
          {
            "description": "Welsh devolved regulations apply",
            "id": "GB-WLS",
            "scheme": "UK_CA_DEVOLVED_REGULATIONS"
          }
        ],
        "url": "http://www.caerphilly.gov.uk"
      },
      "id": "GB-PPON-PWHP-2369-JPYL",
      "identifier": {
        "id": "PWHP-2369-JPYL",
        "scheme": "GB-PPON"
      },
      "name": "Caerphilly County Borough Council",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-12-02T23:59:59+00:00"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The Council has a requirement to procure a modern, scalable, secure and accessible Leisure Management System (LMS) to support the delivery of leisure services across the County Borough. The system will be used by customers, staff, and administrators, and must support full self-service capabilities. It must comply with relevant Welsh and UK public sector standards and be suitable for integration into a local authority digital ecosystem.   \nThe Council aims to increase usage and income at its leisure centres by enhancing customer experience through improved communications, digital self-service and targeted marketing, while supporting corporate and national objectives around health, wellbeing and social inclusion. The approach focuses on building customer loyalty and delivering best value via stable, data-informed service improvements.  \nThe Council\u2019s Sport \u0026 Leisure Services consist of 9x leisure centres, 1x Athletics Hub, 1x Centre for Sporting Excellence and 4x School Sport Facilities. Park Services consists of 116x grass pitches, which play host to several thousand rugby, football and cricket matches each year as well as sport and public events. \nFurther information can be found in the Procurement Document in the Proactis eTendering system. ",
    "documents": [
      {
        "accessDetails": "The tender documentation can be found in the Proactis eTendering system:\nhttps://supplierlive.proactisp2p.com/Account/Login",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-09-26T10:31:48+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "060007-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/060007-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-10-20T12:00:00+01:00"
    },
    "hasRecurrence": true,
    "id": "CCBC/PS2869/25/JT",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL16"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Response to the quality questions set out in the Proactis eTendering system. ",
              "name": "Tender Response Questions ",
              "numbers": [
                {
                  "number": 20.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Completion of the pricing schedule provided in the Proactis eTendering system. ",
              "name": "Pricing Schedule ",
              "numbers": [
                {
                  "number": 30.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Bidders shall attend a three hour system demonstration and shall be scored against the questions set out in the Proactis eTendering system. ",
              "name": "System Demonstration",
              "numbers": [
                {
                  "number": 40.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Bidders are required to submit the completed National TOMs document, outlining what social value they will deliver throughout the duration of the contract. ",
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-08-31T23:59:59+01:00",
          "maxExtentDate": "2036-08-31T23:59:59+01:00",
          "startDate": "2026-09-01T00:00:00+01:00"
        },
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "If additional sites are added to the Council\u0027s portfolio during the contract period the option will be available to use the services procured under the contract for those additional sites. \nThe Council reserve the right to procure additional services throughout the duration of the contract if they assist with improving the customer experience or provide innovation to enhance the service, within the subject matter of the contract. "
        },
        "renewal": {
          "description": "The contract can be extend for up to a further 60 months, the Council have the option to renew the contract annually or every 24 months until the end of the 60 month period. "
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Bidders will be required to confirm their acid-test ratio is higher than one (1) and that their turnover for the last FY was more than \u00a3400k. ",
              "type": "economic"
            },
            {
              "description": "Bidders must provide evidence that they hold a valid security accreditation, such as Cyber Essentials, ISO27001, or an equivalent recognised certification.\nBidders must confirm that their solution aligns with the principles and requirements set out in the Digital Service Standard for Wales, as defined by the Centre for Digital Public Services.\nBidders must describe how the proposed solution supports bilingual functionality in line with Welsh Language legislation and the expectations set out in the Digital Service Standard for Wales, including the Bilingual Technology Toolkit.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 1000000,
          "amountGross": 1200000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "This procurement will be evaluated using the Most Advantageous Tender (MAT) methodology and will include the following stages:\nPre-Market Engagement \nCompliance Stage (Pass/Fail Questions)\nTender Response (Quality Questions, Social Value and Pricing)\nSystem Demonstration (3 hour demonstration in person or online)\nPreferred Bidder Stage \nAward Stage \nThe three top scoring bidders from the tender response stage will be taken through to the system demonstration stage. The highest overall scoring bidder, taking into consideration tender response and system demonstration scores will be taken through to the preferred bidder stage. \nIf a bidder fails any of the compliance questions this will result in their tender submission being disregarded and not considered further. \nBidders shall note that scoring twenty (20) marks or less in any of the quality/demonstration questions will result in their submission being disqualified and not considered further."
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Competitive flexible procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2035-09-01T23:59:59+01:00"
        }
      ]
    },
    "status": "active",
    "submissionMethodDetails": "All tenders must be submitted electronically via the Proactis eTendering system, link below:\nhttps://supplierlive.proactisp2p.com/Account/Login",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en",
        "cy"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-10-27T12:00:00+00:00"
    },
    "title": "The Provision of a Leisure Management System ",
    "value": {
      "amount": 1000000,
      "amountGross": 1200000,
      "currency": "GBP"
    }
  }
}