Birmingham 2022: GSV.LOG.003 - The Supply, Delivery, Installation and Removal of Field of Play Barriers

  Birmingham 2022 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: GSV.LOG.003 - The Supply, Delivery, Installation and Removal of Field of Play Barriers
Notice type: Contract Notice
Authority: Birmingham 2022
Nature of contract: Supplies
Procedure: Negotiated
Short Description: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Partner to supply, deliver, install and remove field of play barriers across the sites detailed in the scope of works. The OC will require the supplier to be provide the following: •Crowd Control Barriers •Concord/Angled Barriers •An appropriate weighting solution for both barrier types The services included in this scope shall cover the following: •Project Management/Support •Delivery, Monitoring and Collection •Storage
Published: 02/03/2021 17:04
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Birmingham: Safety barriers.
Section I: Contracting Authority
      I.1) Name and addresses
             Birmingham 2022
             One Brindley Place, Birmingham, B12JB, United Kingdom
             Tel. +44 07951735849, Email: mohammed.yahiah@birmingham2022.com
             Contact: Mohammed Yahiah
             Main Address: https://www.delta-esourcing.com/delta
             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
      Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/tenders/UK-title/73M3HZT7E3
      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: GSV.LOG.003 - The Supply, Delivery, Installation and Removal of Field of Play Barriers       
      Reference Number: GSV.LOG.003
      II.1.2) Main CPV Code:
      34928300 - Safety barriers.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Partner to supply, deliver, install and remove field of play barriers across the sites detailed in the scope of works.
The OC will require the supplier to be provide the following:
•Crowd Control Barriers
•Concord/Angled Barriers
•An appropriate weighting solution for both barrier types

The services included in this scope shall cover the following:
•Project Management/Support
•Delivery, Monitoring and Collection
•Storage       
      II.1.5) Estimated total value:
      Value excluding VAT: 600,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      34928110 - Road barriers.
      34928310 - Safety fencing.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Partner to supply, deliver, install and remove field of play barriers across the sites detailed in the scope of works.
The OC will require the supplier to be provide the following:
•Crowd Control Barriers
•Concord/Angled Barriers
•An appropriate weighting solution for both barrier types

The services included in this scope shall cover the following:
•Project Management/Support
•Delivery, Monitoring and Collection
•Storage
      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: 600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 15       
      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: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: This information is contained with the Procurement Documentation
      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.2.2) Contract performance conditions       
      This information is detailed in the procurement documentation          
      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 NEGOTIATED
      IV.1.1) Type of procedure:   
   
   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.1.5) Information about negotiation: 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: 01/04/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/04/2021       
      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.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/was 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
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Safety-barriers./73M3HZT7E3

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/73M3HZT7E3
   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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 02/03/2021

Annex A


View any Notice Addenda

View Award Notice