Birmingham 2022: GSV.LOG.001 - Core Logistics Provider

  Birmingham 2022 has published this notice through Delta eSourcing

Notice Summary
Title: GSV.LOG.001 - Core Logistics Provider
Notice type: Contract Notice
Authority: Birmingham 2022
Nature of contract: Services
Procedure: Negotiated
Short Description: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Third-Party Logistics (3PL) Partner to work with the OC to deliver the overall planning, management and delivery of the following goods and services: •Warehouse Operations •Distribution •Freight forwarding and customs clearance services •Venue and Village Staff •Venue and Village Temporary Labour •Minor Material Handling Equipment (MHE) – optional service •Major MHE – optional service The Supplier must be able to supply 100% of the goods and services. The successful Supplier should be aware that from the time of appointment by the OC, the Supplier will be expected to provide commitment to the Services and associated project management.
Published: 09/10/2020 13:21

View Full Notice

UK-Birmingham: Road transport services.
Section I: Contracting Authority
      I.1) Name and addresses
             Birmingham 2022
             One Brindley Place, Birmingham, B1 2JB, United Kingdom
             Tel. +44 07951735849, Email: mohammed.yahiah@birmingham2022.com
             Main Address: https://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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/delta
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: GSV.LOG.001 - Core Logistics Provider       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      60100000 - Road transport services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Third-Party Logistics (3PL) Partner to work with the OC to deliver the overall planning, management and delivery of the following goods and services:
•Warehouse Operations
•Distribution
•Freight forwarding and customs clearance services
•Venue and Village Staff
•Venue and Village Temporary Labour
•Minor Material Handling Equipment (MHE) – optional service
•Major MHE – optional service

The Supplier must be able to supply 100% of the goods and services. The successful Supplier should be aware that from the time of appointment by the OC, the Supplier will be expected to provide commitment to the Services and associated project management.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,912,215       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      63120000 - Storage and warehousing services.
      63122000 - Warehousing services.
      34000000 - Transport equipment and auxiliary products to transportation.
      63521000 - Freight transport agency services.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Third-Party Logistics (3PL) Partner to work with the OC to deliver the overall planning, management and delivery of the following goods and services:
•Warehouse Operations
•Distribution
•Freight forwarding and customs clearance services
•Venue and Village Staff
•Venue and Village Temporary Labour
•Minor Material Handling Equipment (MHE) – optional service
•Major MHE – optional service

The Supplier must be able to supply 100% of the goods and services. The successful Supplier should be aware that from the time of appointment by the OC, the Supplier will be expected to provide commitment to the Services and associated project management.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 4,912,215       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 20       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: This information is detailed in the Procurement Documentation
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Commonwealth Games Association members may utilise this contract for Freight and Custom Clearance Services.

The cost for Minor Material Handling Equipment (MHE) and Major MHE has been included in the Estimated Contract Value.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      As detailed in the Procurement Documentation    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description NEGOTIATED
      IV.1.1) Type of procedure:   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: Yes.
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 09/11/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 24/11/2020       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 12
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: Any selection of tenderers will be based solely on the criteria set out for the procurement. All communications shall be in English. Any contract or agreement resulting from any invitation to tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts.

The OC and/or CGFP may enter into discussions with bidders during this procurement process on the possibility of a multi-games (more than one games) contract.

Commonwealth Games Associations (CGA) may utilise the pricing in this contract for the purpose of Freight and Customs Services. The spend by CGAs is optional to the CGAs and the estimated contract value stated within this notice does not include the additional expenditure presented by this requirement.

The OC does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the tenderer expressly stipulates to the contrary. The Freedom of Information Act 2000 imposes a statutory obligation on public bodies to make information they are holding available on request. Tenderers should be aware of the OC's obligations under the Act, whereby information provided by tenderers in response to this advertisement may be requested by a third party. The OC expressly reserves the right:
(i) to make whatever changes it may see fit to the content and structure of the procurement process;
(ii) to require further information or clarification from a tenderer before considering its response;
(iii) to exclude a tenderer from the procurement process if it is determined that any information supplied is/was inaccurate, incomplete or untrue and is/was relied upon for selection purposes;
(iv) to cancel this procurement at any stage; and
(v) not to award any contract as a result of the procurement process commenced by publication of this notice.
(vi) to award this contract to the second place tenderer if negotiations cannot be concluded, at the OC's discretion, with the first place tenderer or the first place tenderer becomes insolvent and/or suffers financial distress.
(vii) to award further works in accordance with reg. 32(9) Public Contracts Regulations.

Under no circumstances will the OC or any of its advisers, be liable for any costs or expenses borne by any tenderer or any of its advisers in responding to this contract notice or at any stage in the process.

The OC may enter into discussions with bidders during this procurement process on the possibility of a multi-games (3 games) contract. However, this is not mandatory and the evaluation of any tender submissions for this procurement will be based solely on the Birmingham 2022 Commonwealth Games and the criteria set out in the tender documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=531188247
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       London, London, WC1A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             Birmingham 2022
          One Brindley Place, Birmingham, B12JB, 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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 09/10/2020

Annex A


View any Notice Addenda

GSV.LOG.001 - Core Logistics Provider

UK-Birmingham: Road transport services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Birmingham 2022
       One Brindley Place, Birmingham, B1 2JB, United Kingdom
       Tel. +44 07951735849, Email: mohammed.yahiah@birmingham2022.com
       Main Address: https://www.birmingham2022.com
       NUTS Code: UKG3

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: GSV.LOG.001 - Core Logistics Provider      Reference number: Not Provided      
   II.1.2) Main CPV code:
      60100000 - Road transport services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Third-Party Logistics (3PL) Partner to work with the OC to deliver the overall planning, management and delivery of the following goods and services:
•Warehouse Operations
•Distribution
•Freight forwarding and customs clearance services
•Venue and Village Staff
•Venue and Village Temporary Labour
•Minor Material Handling Equipment (MHE) – optional service
•Major MHE – optional service

The Supplier must be able to supply 100% of the goods and services. The successful Supplier should be aware that from the time of appointment by the OC, the Supplier will be expected to provide commitment to the Services and associated project management.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 12/10/2020

VI.6) Original notice reference:

   Notice Reference:    2020 - 237656   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 09/10/2020

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: VI.3          
         Lot No: Not provided          
         Place of text to be modified: Last sentence in section VI.3          
         Instead of: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=531188247          
         Read: The original notice has not been directly linked to the tender box where the ITT can be located. Please use the following link to find the tender box for this opportunity:
https://www.delta-esourcing.com/respond/QWJ59GEK38
                                    
   
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Road-transport-services./QWJ59GEK38

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/QWJ59GEK38


View Award Notice

UK-Birmingham: Road transport services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Birmingham 2022
       One Brindley Place, Birmingham, B1 2JB, United Kingdom
       Tel. +44 07951735849, Email: mohammed.yahiah@birmingham2022.com
       Contact: Mohammed Yahiah
       Main Address: https://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: GSV.LOG.001 - Core Logistics Provider            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         60100000 - Road transport services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Third-Party Logistics (3PL) Partner to work with the OC to deliver the overall planning, management and delivery of the following goods and services:
•Warehouse Operations
•Distribution
•Freight forwarding and customs clearance services
•Venue and Village Staff
•Venue and Village Temporary Labour
•Minor Material Handling Equipment (MHE) – optional service
•Major MHE – optional service

The Supplier must be able to supply 100% of the goods and services. The successful Supplier should be aware that from the time of appointment by the OC, the Supplier will be expected to provide commitment to the Services and associated project management.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 5,493,391
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            63120000 - Storage and warehousing services.
            63122000 - Warehousing services.
            34000000 - Transport equipment and auxiliary products to transportation.
            63521000 - Freight transport agency services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
      UKG - WEST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      LONDON
      WEST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Third-Party Logistics (3PL) Partner to work with the OC to deliver the overall planning, management and delivery of the following goods and services:
•Warehouse Operations
•Distribution
•Freight forwarding and customs clearance services
•Venue and Village Staff
•Venue and Village Temporary Labour
•Minor Material Handling Equipment (MHE) – optional service
•Major MHE – optional service

The Supplier must be able to supply 100% of the goods and services. The successful Supplier should be aware that from the time of appointment by the OC, the Supplier will be expected to provide commitment to the Services and associated project management.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: Commonwealth Games Association members may utilise this contract for Freight and Custom Clearance Services.

The cost for Minor Material Handling Equipment (MHE) and Major MHE has been included in the Estimated Contract Value.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   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: 2020/S 200-486745
      
   

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Kuehne + Nagel Ltd, 01722216
             1 Roundwood Avenue, Stockley Park,, Uxbridge, UB11 1FB, United Kingdom
             NUTS Code: UKG31
            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: 4,912,215          
         Total value of the contract/lot: 5,493,391
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The OC and/or CGFP may enter into discussions with bidders during this procurement process on the possibility of a multi-games (more than one games) contract.

Commonwealth Games Associations (CGA) may utilise the pricing in this contract for the purpose of Freight and Customs Services. The spend by CGAs is optional to the CGAs and the estimated contract value stated within this notice does not include the additional expenditure presented by this requirement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=594684642

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          London, London, WC1A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.2) Body responsible for mediation procedures
          Birmingham 2022
          One Brindley Place, Birmingham, B12JB, 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: 16/06/2021