Birmingham 2022 has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Telecommunication Services Lot 2 - Venue Network Integration Services |
Notice type: | Contract Award Notice |
Authority: | Birmingham 2022 |
Nature of contract: | Services |
Procedure: | Award without prior publication |
Short Description: | Commonwealth Games (the 'Games'). It enables the functionality vital to delivering the Games, together with the ICT services that underpin the operation of other key business functions of the Organising Committee. A key factor for the successful operation of Games technology is the provision of best-in-class telecommunications infrastructure and associated services, since these represent the foundation upon which all technology services for the Games are delivered. Telecommunication services are required to enable both in-venue and Games wide connectivity, critical communications and internet access services for functions such as broadcast TV, sport specific timing and scoring systems, results distribution, website/cloud applications for Games operations and event services. |
Published: | 05/03/2022 12:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Birmingham 2022
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 7951735849, Email: procurement@birmingham2022.com
Main Address: www.delta-esourcing.com
NUTS Code: UKG3
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Telecommunication Services Lot 2 - Venue Network Integration Services
Reference number: PRO.TEC.0002
II.1.2) Main CPV code:
64200000 - Telecommunications services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Commonwealth Games (the 'Games'). It enables the functionality vital to delivering the Games, together with the ICT services that underpin the operation of other key business functions of the Organising Committee. A key factor for the successful operation of Games technology is the provision of best-in-class telecommunications infrastructure and associated services, since these represent the foundation upon which all technology services for the Games are delivered.
Telecommunication services are required to enable both in-venue and Games wide connectivity, critical communications and internet access services for functions such as broadcast TV, sport specific timing and scoring systems, results distribution, website/cloud applications for Games operations and event services.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 6,114,123
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
32412100 - Telecommunications network.
II.2.3) Place of performance
Nuts code:
UKG3 - West Midlands
Main site or place of performance:
West Midlands
II.2.4) Description of the procurement: Fixed and Mobile Connectivity Services, the critical telecommunication services providing diverse WAN connectivity between the venues of the 2022 Commonwealth Games, and encompassing managed internet services, hosted telephony services, separate diverse WAN connectivity for broadcast video & audio, and residential broadband services for the Commonwealth Games Village.
Lot 2 also covers the supply, installation, break-fix support and decommissioning of structured and fibre optic cabling infrastructure across all venues on the B2022 network. This includes the supply and installation of structured cabling (ethernet), optic fibre cabling, cable management, cabinets and UPS for network equipment, and related professional services including low level designs for venues, installation wireless access points and IP telephones, and operational break-fix support.
II.2.5) Award criteria:
Quality criterion - Name: Overall Telecommunications Prime Integrator Services: Proposed methodology and approach / Weighting: 10
Quality criterion - Name: Proposed project plan detailing key milestones and activities / Weighting: 8
Quality criterion - Name: - Venue Infrastructure Implementation Services: Scalable approach to ensure suitably qualified and experienced technical resources are mobilised / Weighting: 8
Quality criterion - Name: Solution and approach to the provision of Venue infrastructure / Weighting: 10
Quality criterion - Name: Lead Service Management Operations: Outline existing Service Management operations and capabilities / Weighting: 7
Quality criterion - Name: Proposed approach to the provision of Lead Service Management Operations / Weighting: 10
Quality criterion - Name: Proposed adaptation of Service Management processes and detailed approach to meet the Service Level Agreements (SLAs) / Weighting: 7
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Criterion 9 / Weighting: 10
Price - Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 209-510967
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 09/01/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Fujitsu Services Limited, 96056
22 Baker Street, London, W1U 3BW, United Kingdom
NUTS Code: UKG3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 6,114,123
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: OJEU Contract Notice 2019/S – 209-510967 included three Lots, Lot 3 being Venue Network Equipment, estimated value 1,000,000 GBP. However, Lot 3 was removed at the selection stage of this procurement. Lot 1 was awarded at conclusion of the original procurement. This Contract Award Notice covers only Lot 2.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=673027012
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London, WC1A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 05/03/2022
ANNEX D
1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU
No tenders or no suitable tenders/requests to participate in response to: Not Provided
The works, supplies or services can be provided only by a particular economic operator for the following reason: No
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: Yes
Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No
Service contract to be awarded to the winner or one of winners under the rules of a design contest: No
Purchase of supplies or services on particularly advantageous terms: No
3. Explanation
Due to the urgency to appoint a supplier to this service the OC is appointing Fujitsu via Regulation 32 of the Public Contract Regulations.
The OC is relying on reg.32(2)(c) PCR:
insofar as is strictly necessary where, for reasons of extreme urgency brought about by events unforeseeable by the contracting authority.
The extreme urgency is that the OC requires a Venue Networks Integration supplier to lead the networking of all the Games Venues. This is a critical task to the delivery of the Games.
The Games are set to commence on 28 July 2022, with a technical rehearsal planned for Qtr 1 of 2022. There is not enough time to run a full procurement activity. This has led us to the conclusion that we have no other alternative than to award on the basis of reg.32(2)(c).