Birmingham 2022 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Private Contract Security |
Notice type: | Contract Notice |
Authority: | Birmingham 2022 |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | This procurement is for the appointment of Private Contract Security suppliers for the provision of workforce for pre, during and post Games security activity. The services will cover Competition and Non-Competition venues and comprise: •Security Industry Authority (SIA) PCS Supervisors •Licensed SIA personnel (qualified Level 2 Door Supervisor) •SIA Public Space CCTV (Operations) •Security Screening X-Ray Operators |
Published: | 14/08/2020 13:37 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Birmingham 2022
One Brindley Place, Birmingham, B12JB, United Kingdom
Tel. +44 07951735849, Email: Madeleine.townend@birmingham2022.com
Contact: Madeleine Townend
Main Address: http://www.birmingham2022.com, Address of the buyer profile: http://www.birmingham2022.com
NUTS Code: UKG
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:-Security-services./4839HNE4GS
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Security-services./4839HNE4GS 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: Private Contract Security
Reference Number: PRO.SEC.0001
II.1.2) Main CPV Code:
79710000 - Security services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This procurement is for the appointment of Private Contract Security suppliers for the provision of workforce for pre, during and post Games security activity. The services will cover Competition and Non-Competition venues and comprise:
•Security Industry Authority (SIA) PCS Supervisors
•Licensed SIA personnel (qualified Level 2 Door Supervisor)
•SIA Public Space CCTV (Operations)
•Security Screening X-Ray Operators
II.1.5) Estimated total value:
Value excluding VAT: 24,000,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Potential Suppliers may bid for any or all Lots, as further described in the draft Scope of Works (the Specification) however, Bidders may only be awarded the following:
One (1) Lot within Category A
OR up to two (2) Lots within Category B
OR up to two (2) Lots within Category C.
Further detail is available in the procurement documentation.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - Stadia
Lot No: 1
II.2.2) Additional CPV codes:
75241000 - Public security services.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Lot 1 - Stadia (Category B) covers Private Contract Security provision at the following venues:
Alexander Stadium
Sandwell Aquatics Centre
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: 3,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 16
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: As set out in the procurement documents
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 value range for this Lot is estimated to be £2.5m - £3.5m
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Greenfield Sites
Lot No: 2
II.2.2) Additional CPV codes:
75241000 - Public security services.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Lot 2 (Category B) covers Private Contract Security provision at the following sites/events:
A: Sutton Park and Victoria Park
B: Cycling Road Race, Cannock Chase, Cycling Time Trial
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: 2,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 16
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: As set out in the procurement documents
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 value range for this Lot is estimated to be £2m - £3m
II.2) Description Lot No. 3
II.2.1) Title: Lot 3 - Established Venues
Lot No: 3
II.2.2) Additional CPV codes:
75241000 - Public security services.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Lot 3 - Established Venues (Category A) covers Private Contract Security provision at the following venues:
University of Birmingham Sporting Venue
Satellite Athlete Accommodation in Birmingham and Warwick
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: 7,700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 16
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: As set out in the procurement documents
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 value range for this Lot is estimated to be £7m - £8m
II.2) Description Lot No. 4
II.2.1) Title: Lot 4 - London
Lot No: 4
II.2.2) Additional CPV codes:
75241000 - Public security services.
II.2.3) Place of performance:
UKI5 Outer London – East and North East
II.2.4) Description of procurement: Lot 4 (Category C) covers Private Contract Security at the following venues:
Lee Valley Velopark and Accommodation
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: 1,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 16
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: As set out in the procurement documents
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 value range for this Lot is estimated to be £1m - £2m
II.2) Description Lot No. 5
II.2.1) Title: Lot 5 - Accommodation
Lot No: 5
II.2.2) Additional CPV codes:
75241000 - Public security services.
II.2.3) Place of performance:
UKG3 West Midlands
II.2.4) Description of procurement: Lot 5 (Category B) covers Private Contract Security at the following venues:
Games Family Hotels and Satellite Athletes Accommodation (NEC Hotel Campus)
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: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 16
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: As set out in the procurement documents
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 value range for this Lot is estimated to be £3.5m - £4m
II.2) Description Lot No. 6
II.2.1) Title: Lot 6 - Remote Vehicle Search Site (RVSS) and Associated Non-Competition Venues
Lot No: 6
II.2.2) Additional CPV codes:
75241000 - Public security services.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Lot 6 (Category B) covers Private Contract Security at the following venues:
RVSS
Transport Hubs
Games and Logistics Warehouse
Uniform Accreditation Centre (UAC)
Training Venues
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: 2,700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 16
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: As set out in the procurement documents
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 value range for this Lot is estimated to be £2m - £3m
II.2) Description Lot No. 7
II.2.1) Title: Lot 7 - City Centre
Lot No: 7
II.2.2) Additional CPV codes:
75241000 - Public security services.
II.2.3) Place of performance:
UKG31 Birmingham
II.2.4) Description of procurement: Lot 7 (Category C) covers Private Contract Security provision at the following venues:
Smithfields, 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: 1,300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 16
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: As set out in the procurement documents
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 value range for this Lot is estimated to be £1m to £1.5m
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 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/09/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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 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:-Security-services./4839HNE4GS
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4839HNE4GS
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: 14/08/2020
Annex A