Birmingham 2022: Look, Signage and Wayfinding

  Birmingham 2022 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Look, Signage and Wayfinding
Notice type: Contract Notice
Authority: Birmingham 2022
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: Provision of comprehensive overall planning, project management, design, production and delivery of the Look of the Games (LOK) and Wayfinding/Signage (SIG) programmes for the Birmingham Organising Committee for the 2022 Commonwealth Games Ltd ("the OC") in relation to the Birmingham 2022 Commonwealth Games ("the Games") with supplier resources embedded within the OC as required. Further information is provided in II.2.4 and in the procurement documents. The opportunity will also include provision for third party Non-Commercial Organisations (NCOs) to purchase Look and Wayfinding assets and services from the supplier. Further information is provided in section V1.3 and in the procurement documents.
Published: 29/06/2020 20:47
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: Speciality design services.
Section I: Contracting Authority
      I.1) Name and addresses
             Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
             One Brindley Place, Birmingham, B1 2JB, United Kingdom
             Tel. +44 7951735849, Email: Charlotte.Davidson@birmingham2022.com
             Contact: Charlotte Davidson
             Main Address: https://www.birmingham2022.com, Address of the buyer profile: https://commonwealthgames.finditinbirmingham.com/
             NUTS Code: UKG
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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:-Speciality-design-services./8H67764W3V
      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:-Speciality-design-services./8H67764W3V 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/tenders/UK-UK-Birmingham:-Speciality-design-services./8H67764W3V
      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: Look, Signage and Wayfinding       
      Reference Number: PRO.VDO.0006
      II.1.2) Main CPV Code:
      79930000 - Speciality design services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Provision of comprehensive overall planning, project management, design, production and delivery of the Look of the Games (LOK) and Wayfinding/Signage (SIG) programmes for the Birmingham Organising Committee for the 2022 Commonwealth Games Ltd ("the OC") in relation to the Birmingham 2022 Commonwealth Games ("the Games") with supplier resources embedded within the OC as required. Further information is provided in II.2.4 and in the procurement documents.

The opportunity will also include provision for third party Non-Commercial Organisations (NCOs) to purchase Look and Wayfinding assets and services from the supplier. Further information is provided in section V1.3 and in the procurement documents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 9,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      34928470 - Signage.
      34928472 - Sign posts.
      34992000 - Signs and illuminated signs.
      44423400 - Signs and related items.
      79415200 - Design consultancy services.
      79421200 - Project-design services other than for construction work.
      79933000 - Design support services.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of 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 4,000 of the world's elite athletes every 4 years, in an 11-day festival of sport and culture. The Birmingham 2022 Commonwealth Games will be held in venues across Birmingham and the West Midlands from 28 July until 8 August 2022. London's Olympic velodrome will also be utilised.

The principle role of the Look, Wayfinding and Signage supplier will be to provide comprehensive overall planning, project management, design, production and delivery of the Look of the Games (LOK) and Wayfinding/Signage (SIG) programmes for the Birmingham Organising Committee for the 2022 Commonwealth Games Ltd ("the OC") in relation to the Birmingham 2022 Commonwealth Games ("the Games") with supplier resources embedded within the OC as required. The supplier will be responsible for:
•Overall planning of Look, Wayfinding and Signage scope and programme
•Providing embedded resources for design, planning, project management and delivery, including design, kits of parts, application and location plans, budgets and scope management
•Managing the OC Functional Area resource scoping towards establishing the Look, Wayfinding and Signage scope at each venue for the Games, in line with the approved budget and programme constraints, and gain OC sign-off for delivery
•Providing and managing the delivery of the Goods and Services through the provision of a database management software tool
•Procurement and fabrication/manufacturing
•Design, engineering and regulatory compliance
•Logistics, supply, delivery, storage, installation, assembly, testing, commissioning
•Games operations, maintenance, repair/replacement and support
•Decommissioning; removal, remediation and recycling

The opportunity will also include provision for third party customers who are Non-Commercial Organisations (NCOs) to purchase Look and Wayfinding assets and services through the successfully appointed supplier contract. Each third party purchaser NCO will be required to enter into a contract with the successful supplier on substantially the same terms as the contract between the successful supplier and the OC. Further information on the OC's requirements can be found in the additional notes section VI.3 and in the procurement documents available at www.deltaesourcing.com

As stated in section, II.1.5 it is estimated that the contract value range for the Birmingham 2022 games is 7 500 000 GBP to 9 500 000 GBP. This value includes the Look, Wayfinding & Signage scope as outlined within this notice for Birmingham 2022, which is estimated at 4 000 000 GBP to 5 000 000 GBP, and access to the resulting contract for other contracting authorities as described in the following paragraph, which is estimated at 3 500 000 GBP to 4 500 000 GBP.

The contract will be available to public sector bodies throughout the UK and their associated bodies and agencies, local authorities, organisations in the voluntary sector in the UK, charities in the UK, educational establishments in the UK and/or other private organisations in the UK acting as managing agents or procuring on behalf of the public sector delivering services of a public nature. The objective of the Non-Commercial Organisations' (NCOs) access to this contract is to facilitate NCOs purchasing Birmingham 2022 Look and Wayfinding assets and associated supplier services such as scoping, installation and removal, that fall outside the scope of the OC’s responsibility.
      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: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/03/2021 / End: 30/09/2022       
      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: 4       
      Objective criteria for choosing the limited number of candidates: These criteria are set out in the procurement documents available at www.deltaesourcing.com
      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: 2020/S 31 - 73712       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 03/08/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/09/2020       
      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 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.

There will be the opportunity through this procurement for tenderers to participate in discussions with CGF Partnerships Limited ("CGFP"), which is a joint venture established between the Commonwealth Games Federation and SPORTFIVE UK Limited, in relation to a potential opportunity for the successful supplier to provide equivalent goods and services at subsequent editions of the Commonwealth Games in 2026 and 2030. The host cities for 2026 and 2030 editions are not as yet identified. The opportunity would be set out in a multi-games option agreement (Option Agreement) to be entered into between CGFP and the successful tenderer under which CGFP may in its sole discretion require the successful tenderer to provide the equivalent goods and services in relation to the 2026 and/or 2030 Games. If CGFP exercises its option under the Option Agreement in respect of the 2026 and/or 2030 editions of the Games, the successful tenderer would be required to enter into an agreement with the organising committee established for the relevant edition of the games for the provision of the equivalent goods and services.

However, in the event that the CGFP determines that there is insufficient economic benefit and/or supplier interest in letting an agreement with options to extend for 2026 and 2030 games, or if the successful tenderer is not interested in the opportunity or in concluding an Option Agreement with CGFP, the successful tenderer will enter into a contract with the OC only in respect of the goods and services to be provided in relation to the 2022 Games only.

As previously noted, the evaluation for Look, Wayfinding & Signage for the Birmingham 2022 Games in this procurement will be on the basis of the requirements for Birmingham 2022 Games only, and there shall be no obligation on or disadvantage to tenderers in respect of them not wishing to take up the potential multi-games opportunity in relation to 2026 and 2030 editions of the Games or not agreeing to enter into an Option Agreement with CGFP.

It is estimated that the aggregate contract value for the 2022 Games and subsequent editions of the Games in 2026 and 2030 will be 22 500 000 GBP to 28 500 000 GBP, depending on whether CGFP exercises its option as summarised above in relation to one or both of the Games in 2026 and 2030. Each subsequent edition of the Games has an estimated contract value of 7 500 000 GBP to 9 500 000 GBP.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Speciality-design-services./8H67764W3V

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8H67764W3V
   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: 29/06/2020

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Please refer to Section II.2.4
       Please refer to Section II.2.4, Please refer to Section II.2.4, Please ref, United Kingdom
       Email: charlotte.davidson@birmingham2022.com
       Main Address: https://www.birmingham2022.com
       NUTS Code: UKG

View any Notice Addenda

View Award Notice

UK-Birmingham: Speciality design services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
       One Brindley Place, Birmingham, B1 2JB, United Kingdom
       Tel. +44 7951735849, Email: Charlotte.Davidson@birmingham2022.com
       Contact: Charlotte Davidson
       Main Address: https://www.birmingham2022.com, Address of the buyer profile: https://commonwealthgames.finditinbirmingham.com/
       NUTS Code: UKG

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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: Look, Signage and Wayfinding            
      Reference number: PRO.VDO.0006

      II.1.2) Main CPV code:
         79930000 - Speciality design services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Provision of comprehensive overall planning, project management, design, production and delivery of the Look of the Games (LOK) and Wayfinding/Signage (SIG) programmes for the Birmingham Organising Committee for the 2022 Commonwealth Games Ltd ("the OC") in relation to the Birmingham 2022 Commonwealth Games ("the Games") with supplier resources embedded within the OC as required. Further information is provided in II.2.4 and in the procurement documents.

The opportunity will also include provision for third party Non-Commercial Organisations (NCOs) to purchase Look and Wayfinding assets and services from the supplier. Further information is provided in section V1.3 and in the procurement documents.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 9,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            34928470 - Signage.
            34928472 - Sign posts.
            34992000 - Signs and illuminated signs.
            44423400 - Signs and related items.
            79415200 - Design consultancy services.
            79421200 - Project-design services other than for construction work.
            79933000 - Design support services.


      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: 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 4,000 of the world's elite athletes every 4 years, in an 11-day festival of sport and culture. The Birmingham 2022 Commonwealth Games will be held in venues across Birmingham and the West Midlands from 28 July until 8 August 2022. London's Olympic velodrome will also be utilised.

The principle role of the Look, Wayfinding and Signage supplier will be to provide comprehensive overall planning, project management, design, production and delivery of the Look of the Games (LOK) and Wayfinding/Signage (SIG) programmes for the Birmingham Organising Committee for the 2022 Commonwealth Games Ltd ("the OC") in relation to the Birmingham 2022 Commonwealth Games ("the Games") with supplier resources embedded within the OC as required. The supplier will be responsible for:
•Overall planning of Look, Wayfinding and Signage scope and programme
•Providing embedded resources for design, planning, project management and delivery, including design, kits of parts, application and location plans, budgets and scope management
•Managing the OC Functional Area resource scoping towards establishing the Look, Wayfinding and Signage scope at each venue for the Games, in line with the approved budget and programme constraints, and gain OC sign-off for delivery
•Providing and managing the delivery of the Goods and Services through the provision of a database management software tool
•Procurement and fabrication/manufacturing
•Design, engineering and regulatory compliance
•Logistics, supply, delivery, storage, installation, assembly, testing, commissioning
•Games operations, maintenance, repair/replacement and support
•Decommissioning; removal, remediation and recycling

The opportunity will also include provision for third party customers who are Non-Commercial Organisations (NCOs) to purchase Look and Wayfinding assets and services through the successfully appointed supplier contract. Each third party purchaser NCO will be required to enter into a contract with the successful supplier on substantially the same terms as the contract between the successful supplier and the OC. Further information on the OC's requirements can be found in the additional notes section VI.3 and in the procurement documents available at www.deltaesourcing.com

As stated in section, II.1.5 it is estimated that the contract value range for the Birmingham 2022 games is 7 500 000 GBP to 9 500 000 GBP. This value includes the Look, Wayfinding & Signage scope as outlined within this notice for Birmingham 2022, which is estimated at 4 000 000 GBP to 5 000 000 GBP, and access to the resulting contract for other contracting authorities as described in the following paragraph, which is estimated at 3 500 000 GBP to 4 500 000 GBP.

The contract will be available to public sector bodies throughout the UK and their associated bodies and agencies, local authorities, organisations in the voluntary sector in the UK, charities in the UK, educational establishments in the UK and/or other private organisations in the UK acting as managing agents or procuring on behalf of the public sector delivering services of a public nature. The objective of the Non-Commercial Organisations' (NCOs) access to this contract is to facilitate NCOs purchasing Birmingham 2022 Look and Wayfinding assets and associated supplier services such as scoping, installation and removal, that fall outside the scope of the OC’s responsibility.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical / Weighting: 45
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Financial / Weighting: 45
            

      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 Dialogue


   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: 2020/S 125-307322
      
   

   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: PRO.VDO.0006    
   Lot Number: Not Provided    
   Title: Look, Wayfinding & Signage

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/04/2021

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 3          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CSM Sport & Entertainment LLP trading as CSM Live, OC368517
             62 Buckingham Gate, London, SW1P 9ZP, United Kingdom
             Tel. +44 2083024921
             Internet address: https://csmlive.com/
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,000,000          
         Total value of the contract/lot: 9,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: There will be the opportunity through this procurement for tenderers to participate in discussions with CGF Partnerships Limited ("CGFP"), which is a joint venture established between the Commonwealth Games Federation and SPORTFIVE UK Limited, in relation to a potential opportunity for the successful supplier to provide equivalent goods and services at subsequent editions of the Commonwealth Games in 2026 and 2030. The host cities for 2026 and 2030 editions are not as yet identified. The opportunity would be set out in a multi-games option agreement (Option Agreement) to be entered into between CGFP and the successful tenderer under which CGFP may in its sole discretion require the successful tenderer to provide the equivalent goods and services in relation to the 2026 and/or 2030 Games.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=606501456

   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: 03/08/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Please refer to Section II.2.4
       Please refer to Section II.2.4, Please refer to Section II.2.4, Please ref, United Kingdom
       Email: charlotte.davidson@birmingham2022.com
       Main Address: https://www.birmingham2022.com
       NUTS Code: UKG