Birmingham 2022 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | OFFICE FIT-OUT and TOTAL FACILITIES MANAGEMENT |
Notice type: | Contract Notice |
Authority: | Birmingham 2022 |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | A combination of services and minor works requirements: Project management, design and build, refurbishment/fit-out works at Birmingham 2022 Games Headquarters, One Brindley Place, Birmingham, B1 2JB; and Total Facilities Management at the same address until December 2022. With the optional inclusion, on a call-off basis of: Project management, design and build, refurbishment/fit-out works at additionally required accommodation (UAC, additional staff accommodation); and TFM at additionally required accommodation (UAC, additional staff accommodation); and subsequent dilapidations review/ works at the culmination of our lease at One Brindley Place and at additionally required accommodation (UAC, additional staff accommodation). OC envisions a JCT contract for the fit-out, and a services contract for TFM; these will be developed through the Dialogue process. |
Published: | 16/12/2019 09:21 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 7951735849, Email: Graham.Radcliffe@birmingham2022.com
Contact: Graham Radcliffe
Main Address: www.birmingham2022.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: www.delta-esourcing.com
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: OFFICE FIT-OUT and TOTAL FACILITIES MANAGEMENT
Reference Number: PRO.WKF.0017
II.1.2) Main CPV Code:
79993000 - Building and facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: A combination of services and minor works requirements:
Project management, design and build, refurbishment/fit-out works at Birmingham 2022 Games Headquarters, One Brindley Place, Birmingham, B1 2JB; and
Total Facilities Management at the same address until December 2022.
With the optional inclusion, on a call-off basis of:
Project management, design and build, refurbishment/fit-out works at additionally required accommodation (UAC, additional staff accommodation); and
TFM at additionally required accommodation (UAC, additional staff accommodation); and subsequent dilapidations review/ works at the culmination of our lease at One Brindley Place and at additionally required accommodation (UAC, additional staff accommodation).
OC envisions a JCT contract for the fit-out, and a services contract for TFM; these will be developed through the Dialogue process.
II.1.5) Estimated total value:
Value excluding VAT: 4,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Competitive Dialogue Tender process under PCR2015, seeking sponsorship offers, for the provision of:
Project management, design and build, refurbishment/fit-out works at Birmingham 2022 Games Headquarters, One Brindley Place, Birmingham, B1 2JB; and
Total facilities management for One Brindley Place, up until December 2022.
With the optional inclusion, on a call-off basis of:
Project management, design and build, refurbishment/fit-out works at additionally required accommodation (UAC, additional staff accommodation); and
Total facilities management at additionally required accommodation (UAC, additional staff accommodation); and
Subsequent dilapidations review/ works at the culmination of our lease at One Brindley Place and at the additionally required accommodation (UAC, additional staff accommodation).
OC envisions a JCT contract for the fit-out, and a services contract for TFM; these will be developed through the Dialogue process.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/06/2020 / End: 31/12/2022
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 number of candidates: 4
Objective criteria for choosing the limited number of candidates: Not provided
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: The range of the estimated contract value for both requirements is £2,000,000 to £4,000,000
Commercial model and scopes of works and services will be developed through the Dialogue process.
OC envisions a JCT contract for the fit-out, and a services contract for TFM; these will be developed through the Dialogue process.
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:
Not Provided
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 COMPETITIVE_DIALOGUE
IV.1.1) Type of procedure:Competitive dialogue
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: No.
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: 21/01/2020 Time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/02/2020
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): 6
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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of Tenderers will be based solely on the criteria set out for the procurement.
BACKGROUND
The Commonwealth Games is a unique gathering of nations and territories who share a common heritage and come together every four years to compete in a spirit of friendly competition that generates significant global impact.
The Commonwealth Games are unique among major multi-sport events in providing equal medal opportunities for men and women, and through the integration of events for athletes with a disability, together reflecting the CGF values of equality, diversity and inclusivity. The staging of the Commonwealth Games also reflects a focus on social values and the delivery of a positive legacy for host communities and the nations and territories that compete.
Seventy-one Commonwealth nations and territories are expected to participate in the XXII Commonwealth Games in Birmingham, which will take place from 27 July to 7 August 2022.
Events will be held in venues across Birmingham and the West Midlands, with the track cycling due to take place at the Lee Valley VeloPark in London.
The Games will bring together 6,500 athletes and officials in one of the youngest cities in Europe and will feature the Commonwealth’s best athletes, going for gold in a showcase of 17 different sports over 11 days of competition. They are expected to be watched by over one million ticketed spectators and the action will be broadcast to an estimated television audience of 1.5 billion.
A landmark event in the history of Birmingham, the Games will accelerate new housing and transport projects, create jobs and apprenticeships and deliver trade and investment opportunities. The biggest sporting and cultural event ever to be held in the West Midlands region, the Birmingham 2022 Commonwealth Games will bring people together to take part in a unique festival of sport, culture and business, making a world of difference for everyone in the city, in every community across the West Midlands and throughout the Commonwealth and beyond.
PROCUREMENT
OC is procuring the Contract(s) using the Competitive Dialogue procedure pursuant to the Public Contract(s)s Regulations 2015. OC is mindful of the resource such engagement can involve for both Tenderers and OC itself and accordingly OC has designed a streamlined Competitive Dialogue process.
A Selection Questionnaire (SQ) will be issued to all interested potential providers along with a Descriptive Document (DD), which details the scope of the procurement, indicative topics for dialogue, the SQ and Invitation to Submit a Final Tender (ISFT) evaluation methodologies, the procurement timetable and other supporting information.
The range of the estimated contract value for both requirements is £2,000,000 to £4,000,000
OC envisions a JCT contract for the fit-out, and a services contract for TFM; these and the commercial model and scopes of works and services will be developed through the Dialogue process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Building-and-facilities-management-services./35JAC7AX5P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/35JAC7AX5P
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
London, WC1A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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: 16/12/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 7951735849, Email: Charlotte.Davidson@birmingham2022.com
Contact: Charlotte Davidson
Main Address: www.birmingham2022.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: OFFICE FIT-OUT and TOTAL FACILITIES MANAGEMENT
Reference number: PRO.WKF.0017
II.1.2) Main CPV code:
79993000 - Building and facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: A combination of services and minor works requirements:
Project management, design and build, refurbishment/fit-out works at Birmingham 2022 Games Headquarters, One Brindley Place, Birmingham, B1 2JB; and Total Facilities Management at the same address until December 2022.
With the optional inclusion, on a call-off basis of:
Project management, design and build, refurbishment/fit-out works at additionally required accommodation (UAC, additional staff accommodation); and
TFM at additionally required accommodation (UAC, additional staff accommodation); and subsequent dilapidations review/ works at the culmination of our lease at One Brindley Place and at additionally required accommodation (UAC, additional staff accommodation).
OC envisions a JCT contract for the fit-out, and a services contract for TFM; these will be developed through the Dialogue process.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,400,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Competitive Dialogue Tender process under PCR2015, seeking sponsorship offers, for the provision of:
Project management, design and build, refurbishment/fit-out works at Birmingham 2022 Games Headquarters, One Brindley Place, Birmingham, B1 2JB; and Total facilities management for One Brindley Place, up until December 2022.
With the optional inclusion, on a call-off basis of:
Project management, design and build, refurbishment/fit-out works at additionally required accommodation (UAC, additional staff accommodation); and
Total facilities management at additionally required accommodation (UAC, additional staff accommodation); and
Subsequent dilapidations review/ works at the culmination of our lease at One Brindley Place and at the additionally required accommodation (UAC, additional staff accommodation).
OC envisions a JCT contract for the fit-out, and a services contract for TFM; these will be developed through the Dialogue process.
II.2.5) Award criteria:
Quality criterion - Name: Technical / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Financial / Weighting: 50
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: The range of the estimated contract value for both requirements is £2,000,000 to £4,000,000
Commercial model and scopes of works and services will be developed through the Dialogue process.
OC envisions a JCT contract for the fit-out, and a services contract for TFM; these will be developed through the Dialogue process.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive Dialogue
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 244-600356
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: PRO.WKF.0017
Lot Number: Not Provided
Title: Office Fit-Out and Total Facilities Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/02/2021
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Derwent Facilities Management Ltd, 07264667
1 Centro Place, Pride Park, Derby, DE24 8RF, United Kingdom
NUTS Code: UKF11
The contractor is an SME: Yes
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: 1,400,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 20%
Short description of the part of the contract to be subcontracted:
Fit-Out - Construction and Decoration Elements
Section VI: Complementary information
VI.3) Additional information: This contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of Tenderers will be based solely on the criteria set out for the procurement.
PROCUREMENT
OC is procuring the Contract(s) using the Competitive Dialogue procedure pursuant to the Public Contract(s)s Regulations 2015. OC is mindful of the resource such engagement can involve for both Tenderers and OC itself and accordingly OC has designed a streamlined Competitive Dialogue process.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=606401702
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London, WC1A 2LL, United Kingdom
Tel. +44 2079476000
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: 29/06/2021