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 Award 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: 16/06/2021 16:02

View Full 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




View any Notice Addenda

View Award Notice