Birmingham 2022 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Telecommunication Services for the Birmingham 2022 Commonwealth Games |
Notice type: | Contract Notice |
Authority: | Birmingham 2022 |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | Technology is critical to the success of the Birmingham 2022 Commonwealth Games (the 'Games'). It enables the functionality vital to delivering the Games, together with the ICT services that underpin the operation of other key business functions of the Organising Committee. A key factor for the successful operation of Games technology is the provision of best-in-class telecommunications infrastructure and associated services, since these represent the foundation upon which all technology services for the Games are delivered. Telecommunication services are required to enable both in-venue and Games wide connectivity, critical communications and internet access services for functions such as broadcast TV, sport specific timing and scoring systems, results distribution, website/cloud applications for Games operations and event services. Further information about the Authority's requirements can be found in its Descriptive Document available at www.delta-esourcing.com. |
Published: | 25/10/2019 15:53 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Birmingham Organising Committee for the 2022 Commonwealth Games Limited
One Brindley Place, Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 7951735849, Email: pamela.kelsall@birmingham2022.com
Contact: Pamela Kelsall
Main Address: www.birmingham2022.com, Address of the buyer profile: https://commonwealthgames.finditinbirmingham.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:-Telecommunications-services./3S9W26D3D9
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: https://www.delta-esourcing.com/
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: Telecommunication Services for the Birmingham 2022 Commonwealth Games
Reference Number: PRO.TEC.0002
II.1.2) Main CPV Code:
64200000 - Telecommunications services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Technology is critical to the success of the Birmingham 2022 Commonwealth Games (the 'Games'). It enables the functionality vital to delivering the Games, together with the ICT services that underpin the operation of other key business functions of the Organising Committee. A key factor for the successful operation of Games technology is the provision of best-in-class telecommunications infrastructure and associated services, since these represent the foundation upon which all technology services for the Games are delivered.
Telecommunication services are required to enable both in-venue and Games wide connectivity, critical communications and internet access services for functions such as broadcast TV, sport specific timing and scoring systems, results distribution, website/cloud applications for Games operations and event services.
Further information about the Authority's requirements can be found in its Descriptive Document available at www.delta-esourcing.com.
II.1.5) Estimated total value:
Value excluding VAT: 10,400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Fixed and Mobile Connectivity Services
Lot No: 1
II.2.2) Additional CPV codes:
32430000 - Wide area network.
32524000 - Telecommunications system.
32551400 - Telephone network.
32562200 - Optical telecommunication cables.
45314000 - Installation of telecommunications equipment.
50331000 - Repair and maintenance services of telecommunications lines.
64200000 - Telecommunications services.
72400000 - Internet services.
72411000 - Internet service providers ISP.
50330000 - Maintenance services of telecommunications equipment.
50332000 - Telecommunications-infrastructure maintenance services.
64215000 - IP Telephone services.
64221000 - Interconnection services.
72720000 - Wide area network services.
72000000 - IT services: consulting, software development, Internet and support.
45314300 - Installation of cable infrastructure.
45314310 - Installation of cable laying.
32420000 - Network equipment.
32520000 - Telecommunications cable and equipment.
72224000 - Project management consultancy services.
31712112 - SIM cards.
32250000 - Mobile telephones.
64212100 - Short Message Service (SMS) services.
64212000 - Mobile-telephone services.
II.2.3) Place of performance:
UKG3 West Midlands
II.2.4) Description of procurement: Fixed and Mobile Connectivity Services, the critical telecommunication services providing diverse WAN connectivity between the venues of the 2022 Commonwealth Games, and encompassing managed internet services, hosted telephony services, separate diverse WAN connectivity for broadcast video & audio, and residential broadband services for the Commonwealth Games Village.
Lot 1 also covers mobile voice and data services, including SIM's, smartphones and bulk SMS services, which the Birmingham 2022 Organising Committee will require to support its day-to-day business operations. Other related professional services include asset management, customisable on-demand low level usage and billing reporting, and acting as lead operator by establishing a working group with all other mobile operators.
The Authority and West Midlands 5G Limited ('WM5G') are collaborating to include a provision relating to 5G technology for the Games. WM5G will, subject to agreement as to terms between WM5G and the appointed Lot 1 supplier, offer value-in-kind support for the appointed Lot 1 supplier to help it develop an exciting new 5G service(s) or event(s) for the Games. This support includes:
•Business development to identify, frame and prioritise 5G services and develop use cases for the Games through a nominated WM5G expert;
•Access to the 5G Application Accelerator – a unique facility that WM5G is launching to engage start-ups and scale-ups to develop and test exciting new 5G services and experiences;
•Engagement with the WM5G partner network to identify and engage other delivery partners, triallists and other regional stakeholders;
•Marketing support – including events – to publicise innovative 5G services and drive engagement.
In addition, WM5G is assessing the potential to provide match funding to accelerate the development of 5G services for the Games. This is subject to further due diligence by WM5G's funders and agreement with the appointed Lot 1 supplier.
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: 4,250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 15/06/2020 / 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 minimum number: 4
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
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
II.2) Description Lot No. 2
II.2.1) Title: Venue Network Integration Services
Lot No: 2
II.2.2) Additional CPV codes:
45314000 - Installation of telecommunications equipment.
50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment.
64200000 - Telecommunications services.
64227000 - Integrated telecommunications services.
72710000 - Local area network services.
72000000 - IT services: consulting, software development, Internet and support.
72224000 - Project management consultancy services.
32421000 - Network cabling.
32562000 - Optical-fibre cables.
50331000 - Repair and maintenance services of telecommunications lines.
50332000 - Telecommunications-infrastructure maintenance services.
45314300 - Installation of cable infrastructure.
45314310 - Installation of cable laying.
45314320 - Installation of computer cabling.
32520000 - Telecommunications cable and equipment.
32560000 - Fibre-optic materials.
II.2.3) Place of performance:
UKG3 West Midlands
II.2.4) Description of procurement: Venue Network Integration Services, as overall prime integrator responsible for network integration of the services provided under Lots 1, 2 and 3, encompassing design authority, deployment, service assurance, end-to-end testing, asset management, operational service management and network management, as well as post-Games decommissioning of all the telecommunications network infrastructure and services deployed to the Games venues.
Lot 2 also covers the supply, installation, break-fix support and decommissioning of structured and fibre optic cabling infrastructure across all venues on the B2022 network. This includes the supply and installation of structured cabling (ethernet), optic fibre cabling, cable management, cabinets and UPS for network equipment, and related professional services including low level designs for venues, installation wireless access points and IP telephones, and operational break-fix support.
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: 5,150,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 15/06/2020 / 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 minimum number: 4
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
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
II.2) Description Lot No. 3
II.2.1) Title: Venue Network Equipment
Lot No: 3
II.2.2) Additional CPV codes:
32410000 - Local area network.
32413100 - Network routers.
32420000 - Network equipment.
32430000 - Wide area network.
32500000 - Telecommunications equipment and supplies.
32510000 - Wireless telecommunications system.
32550000 - Telephone equipment.
50330000 - Maintenance services of telecommunications equipment.
72000000 - IT services: consulting, software development, Internet and support.
72224000 - Project management consultancy services.
II.2.3) Place of performance:
UKG3 West Midlands
II.2.4) Description of procurement: Venue Network Equipment covers the supply of all physical hardware and devices required for communication and interaction between devices on the B2022 network, including supply of Enterprise LAN switching equipment, edge routers, WLAN access points, firewall systems, intrusion detection systems, IPT handsets and professional services such as design assurance, advanced replacements and vendor technical support.
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 15/06/2020 / 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 minimum number: 4
/ Maximum number: 5
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: 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:
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: 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: 2019/S 110 - 268677
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/11/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 16/12/2019
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): 3
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 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.
71 Commonwealth nations and territories are expected to participate in the XXII Commonwealth Games, which is one of the world's largest multi-sport events, bringing together over 4000 of the world's elite athletes every four years, in an 11-day festival of sport and culture. Events will take place from 27.7.2022 to 7.8.2022 in venues across Birmingham and the West Midlands. London's Olympic velodrome will also be utilised.
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 Authority 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 Authority's obligations under the Act, whereby information provided by Tenderers in response to this advertisement may be requested by a third party.
The Authority 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 it's response;
(iii) to exclude a Tenderer from the procurement process if it is subsequently determined that any information supplied by that Tenderer 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 Authority 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 procurement process.
It is estimated that the contract value range is 7 980 000 GBP to 10 400 000 GBP. The upper end of the estimated value range is based on proven approaches and existing technologies used during past major events. However, acknowledging that the technology space is ever-changing in response to evolving client needs, emerging new technologies and changing end-user behaviour, the Authority is open to considering innovative solutions for delivering the required telecommunications services, which are more cost efficient and represent better value for money. It should be noted that the Authority is encouraging innovative approaches in a parallel procurement for Host Broadcasting Services which could potentially impact the scope of provision for, and hence the value of, the Lot 1 services. This will be discussed with the Lot 1 tenderers in the dialogue phase of the procurement.
Candidates will have the option to apply for any or all of the Lots, subject to meeting the requirements outlined in the procurement documents.
Candidates who are successful at the selection stage for all of the Lots, will have the option to submit a commercial offer on an individual Lot basis, a multi-lot basis combing all three Lots, or both. Accordingly, the Authority reserves the right to award a contract combining the three Lots, in the event that a multi-lot bid, taken as a whole, scores higher against the award criteria stated in the procurement documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Telecommunications-services./3S9W26D3D9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3S9W26D3D9
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: 25/10/2019
Annex A