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
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
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
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