Birmingham 2022: Security Equipment

  Birmingham 2022 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Security Equipment
Notice type: Contract Notice
Authority: Birmingham 2022
Nature of contract: Supplies
Procedure: Negotiated
Short Description: Security equipment is required for the Birmingham 2022 Commonwealth Games, briefly comprising X-Ray Equipment, Metal Detection Equipment, Explosive Trace and Detection Equipment, CCTV and Security Rated Fencing. Providers may be responsible for: supply, logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration (where appropriate); de-mobilisation and return to normality.
Published: 09/04/2021 10:28
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: Security equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             The Organising Committee for the 2022 Birmingham Commonwealth Games Ltd
             One Brindley Place, Birmingham, B1 2JB, United Kingdom
             Tel. +44 7951735849, Email: sam.turner@birmingham2022.com
             Contact: Sam Turner
             Main Address: www.birmingham2022.com, Address of the buyer profile: 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-equipment./7RR9PT944P
      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: Security Equipment       
      Reference Number: PRO.SEC.0002
      II.1.2) Main CPV Code:
      35121000 - Security equipment.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Security equipment is required for the Birmingham 2022 Commonwealth Games, briefly comprising X-Ray Equipment, Metal Detection Equipment, Explosive Trace and Detection Equipment, CCTV and Security Rated Fencing. Providers may be responsible for: supply, logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration (where appropriate); de-mobilisation and return to normality.       
      II.1.5) Estimated total value:
      Value excluding VAT: 16,084,457       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 4
      Maximum number of lots that may be awarded to one tenderer: 4
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers are able to bid for as many or as few of the 6 Lots as they choose except for the following multi-lot bidding exclusions: -
Tenderers bidding for any of: Lot 1, Lot 2 or Lot 5 will not be allowed to bid for any of: Lot 4 or Lot 6.
Tenderers bidding for any of: Lot 4 or Lot 6 will not be allowed to bid for any of: Lot 1, Lot 2 or Lot 5.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 – X-Ray Equipment (Person Items) – Small & Medium X-Ray       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      33111000 - X-ray devices.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: X-Ray Equipment (Person Items) – Small & Medium X-Ray.

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
      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: 5,286,996       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 22/09/2021 / 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: 3
            / 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 – Metal Detection Equipment (Walk Through Metal Detectors (WTMD) & Hand-Held Metal Detectors (HHMD)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      35124000 - Metal detectors.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: Metal Detection Equipment (Walk Through Metal Detectors (WTMD) & Hand-Held Metal Detectors (HHMD).

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
      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: 943,305       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 22/09/2021 / 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: 3
            / 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3 – Explosive Trace and Detection Equipment (ETD)       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      38546000 - Explosives detection system.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: Explosive Trace and Detection Equipment (ETD).

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
      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: 106,040       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 22/09/2021 / 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: 3
            / 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 4 – CCTV – Temporary, fixed systems & Mobile Deployment Systems       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      32231000 - Closed-circuit television apparatus.
      32234000 - Closed-circuit television cameras.
      32235000 - Closed-circuit surveillance system.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: CCTV – Temporary, fixed systems & Mobile Deployment Systems.

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
      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: 4,435,523       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 22/09/2021 / 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: 3
            / 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot 5 – X-Ray Equipment (Goods and Vehicles) Pallet & Truck X-Rays       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      33111000 - X-ray devices.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: X-Ray Equipment (Goods and Vehicles) Pallet & Truck X-Rays.

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
      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: 543,092       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 22/09/2021 / 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: 3
            / 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P       
II.2) Description Lot No. 6
      
      II.2.1) Title: Lot 6 – Security Rated Fencing       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      34928200 - Fences.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: Security Rated Fencing.

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
      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: 4,769,501       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 22/09/2021 / 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: 3
            / 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P       


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          
      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 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: 2020/S 40 - 95837       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 10/05/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 26/05/2021       
      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): 4
      
      

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. 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-equipment./7RR9PT944P

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7RR9PT944P
   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:
             The Organising Committee for the 2022 Birmingham Commonwealth Games Ltd
          One Brindley Place, Birmingham, B1 2JB, 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: 09/04/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Birmingham: Security equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Organising Committee for the 2022 Birmingham Commonwealth Games Ltd
       One Brindley Place, Birmingham, B1 2JB, United Kingdom
       Tel. +44 7951735849, Email: sam.turner@birmingham2022.com
       Contact: Sam Turner
       Main Address: www.birmingham2022.com, Address of the buyer profile: 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.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: Security Equipment            
      Reference number: PRO.SEC.0002

      II.1.2) Main CPV code:
         35121000 - Security equipment.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The Birmingham 2022 Organising Committee has made the decision to discontinue the current procurement for Security Equipment: Lot 4 - CCTV – Temporary, fixed systems & Mobile Deployment Systems.

Rationale: Since the ITT was issued there has been an increase in the scope of work and quantity requirements.

Moving forward: The OC will publish a new Contract Notice to commence a new Procurement exercise.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
         
            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 4 – CCTV – Temporary, fixed systems & Mobile Deployment Systems   
      Lot No:4

      II.2.2) Additional CPV code(s):
            32231000 - Closed-circuit television apparatus.
            32234000 - Closed-circuit television cameras.
            32235000 - Closed-circuit surveillance system.


      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: The Birmingham 2022 Organising Committee has made the decision to discontinue the current procurement for Security Equipment: Lot 4 - CCTV – Temporary, fixed systems & Mobile Deployment Systems.

Rationale: Since the ITT was issued there has been an increase in the scope of work and quantity requirements.

Moving forward: The OC will publish a new Contract Notice to commence a new Procurement exercise.

      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: Competitive procedure with negotiation


   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 000-007373
      
   

   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: 4    
   Title: Lot 4 – CCTV – Temporary, fixed systems & Mobile Deployment Systems

   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 - 007373

Section VI: Complementary information

   VI.3) Additional information: The Birmingham 2022 Organising Committee has made the decision to discontinue the current procurement for Security Equipment: Lot 4 - CCTV – Temporary, fixed systems & Mobile Deployment Systems.

Rationale: Since the ITT was issued there has been an increase in the scope of work and quantity requirements.

Moving forward: The OC will publish a new Contract Notice to commence a new Procurement exercise.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=645034949

   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
          The Organising Committee for the 2022 Birmingham Commonwealth Games Ltd
          One Brindley Place, Birmingham, B1 2JB, 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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 19/11/2021