Birmingham 2022 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Laundry Services |
Notice type: | Contract Notice |
Authority: | Birmingham 2022 |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Birmingham 2022 Organising Committee (the ‘OC’) have a requirement for Laundry Services. The appointed Laundry Services contractor will be responsible for providing a clothing wash and dry service for the athletes' laundry, a wash, dry and fold service for team kits and a wash, tumble dry, iron and fold service (including laundry bags) for Technical Delegates and Officials. |
Published: | 19/07/2021 10:59 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Birmingham Organising Committee for the 2022 Commonwealth Games Limited
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 7951735849, Email: sam.turner@birmingham2022.com
Contact: Sam Turner
Main Address: http://www.birmingham2022.com/, Address of the buyer profile: http://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: https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Laundry-management-services./3ET3QM7354
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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: Provision of Laundry Services
Reference Number: VGF.VIL.0010
II.1.2) Main CPV Code:
98311100 - Laundry management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Birmingham 2022 Organising Committee (the ‘OC’) have a requirement for Laundry Services. The appointed Laundry Services contractor will be responsible for providing a clothing wash and dry service for the athletes' laundry, a wash, dry and fold service for team kits and a wash, tumble dry, iron and fold service (including laundry bags) for Technical Delegates and Officials.
II.1.5) Estimated total value:
Value excluding VAT: 290,000
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:
UKG3 West Midlands
II.2.4) Description of procurement: The Birmingham 2022 Organising Committee (the ‘OC’) have a requirement for Laundry Services. The appointed Laundry Services contractor will be responsible for providing a clothing wash and dry service for the athletes' laundry, a wash, dry and fold service for team kits and a wash, tumble dry, iron and fold service (including laundry bags) for Technical Delegates and Officials.
The value of the Laundry Services contract is estimated to be between £200,000 - £290,000. The locations are as follows; Commonwealth Games Village NEC (CGN), Commonwealth Games Village Birmingham (CGB), Commonwealth Games Village Warwick (CGW) and Bournbrook accommodation at University of Birmingham.
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: 290,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 25/10/2021 / End: 30/09/2022
This contract is subject to renewal: No
Description of renewals: 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: Not provided
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 set out in the procurement documents.
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
As set out in the procurement documents.
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 OPEN
IV.1.1) Type of procedure: Open
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.1.6) 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: 2021/S 000 - 010955
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 19/08/2021 Time: 12:00
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): 4
IV.2.7) Conditions for opening of tenders:
Date: 19/08/2021
Time: 12:01
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
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 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 subsequently determined that any information supplied was inaccurate, incomplete or untrue and 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.
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Laundry-management-services./3ET3QM7354
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3ET3QM7354
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
London, WC1A 2LL, United Kingdom
Tel. +44 2079476000
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: 19/07/2021
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 Limited
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 7951735849, Email: sam.turner@birmingham2022.com
Contact: Sam Turner
Main Address: http://www.birmingham2022.com/, Address of the buyer profile: http://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: Provision of Laundry Services
Reference number: VGF.VIL.0010
II.1.2) Main CPV code:
98311100 - Laundry management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Procurement procedure discontinued:
Following evaluation of original tender returns, the OC has come to the conclusion that it did not specify its Scope of Works in sufficient detail and therefore will exercise its right to cancel this tender exercise and commence a new procurement for the requirements as soon as possible. The procurement will be re-advertised in the Find a Tender Service (FTS).
This will allow the OC to update its Scope of Works so that it is more clearly defined including its Technical requirements. It will also allow for volumes to be updated which have changed since the original process started.
All potential suppliers who tendered originally will be given another opportunity to tender for the contract should they wish to do.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
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: Procurement procedure discontinued:
Following evaluation of original tender returns, the OC has come to the conclusion that it did not specify its Scope of Works in sufficient detail and therefore will exercise its right to cancel this tender exercise and commence a new procurement for the requirements as soon as possible. The procurement will be re-advertised in the Find a Tender Service (FTS).
This will allow the OC to update its Scope of Works so that it is more clearly defined including its Technical requirements. It will also allow for volumes to be updated which have changed since the original process started.
All potential suppliers who tendered originally will be given another opportunity to tender for the contract should they wish to do.
II.2.5) Award criteria:
Not Provided
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: Open
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: 2021/S 000-010955
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: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2021 - 016903
Section VI: Complementary information
VI.3) Additional information: Procurement procedure discontinued:
Following evaluation of original tender returns, the OC has come to the conclusion that it did not specify its Scope of Works in sufficient detail and therefore will exercise its right to cancel this tender exercise and commence a new procurement for the requirements as soon as possible. The procurement will be re-advertised in the Find a Tender Service (FTS).
This will allow the OC to update its Scope of Works so that it is more clearly defined including its Technical requirements. It will also allow for volumes to be updated which have changed since the original process started.
All potential suppliers who tendered originally will be given another opportunity to tender for the contract should they wish to do.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=634153125
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: 14/10/2021