Birmingham 2022: B2022 Marketing & Creative Services Framework

  Birmingham 2022 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: B2022 Marketing & Creative Services Framework
Notice type: Contract Notice
Authority: Birmingham 2022
Nature of contract: Services
Procedure: Open
Short Description: The OC is seeking to establish a new Framework Agreement for Marketing & Creative Services. There are multiple Lots, each for a specific work category: •Lot 1: Design Services •Lot 2: Creative Services •Lot 3: PR •Lot 4: Events •Lot 5: Mascot Design •Lot 6: Consumer Insights & Research •Lot 7: Customer Relationship Management
Published: 25/09/2019 16:44
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: Advertising and marketing services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Birmingham Organising Committee for the 2022 Commonwealth Games Limited
             One BrindleyPlace, Birmingham, B1 2JB, United Kingdom
             Tel. +44 1213032022, Email: procurement@birmingham2022.com
             Contact: Procurement Team
             Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://www.delta-esourcing.com/
             NUTS Code: UKG31
      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/respond/QHYEU694W7
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: 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: B2022 Marketing & Creative Services Framework       
      Reference Number: PRO.CMM.009
      II.1.2) Main CPV Code:
      79340000 - Advertising and marketing services.
      QA11-8 - For events
      JA04-0 - For design

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The OC is seeking to establish a new Framework Agreement for Marketing & Creative Services. There are multiple Lots, each for a specific work category:

•Lot 1: Design Services
•Lot 2: Creative Services
•Lot 3: PR
•Lot 4: Events
•Lot 5: Mascot Design
•Lot 6: Consumer Insights & Research
•Lot 7: Customer Relationship Management       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,050,000       
      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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: If successful, a Tenderer may be awarded to one, or to multiple Lots of the Framework. Details are provided in the ITT document.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Design Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79822500 - Graphic design services.
      79415200 - Design consultancy services.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: Birmingham 2022 is seeking a supplier that can deliver a complete design service for Birmingham 2022 to cover the design and production of; the Queens Baton Relay logo and visual identity, Cultural Programme logo and visual identity, Volunteer Programme logo, Education Programme logo and Games Pictograms. In addition, Design Services will include, but are not limited to; the design and production of partnership collateral, document templates, publications, event collateral, posters and banner design and production, city dressing design, venue look, digital design, print production, translation, photography and videography.

Suppliers should have a good local knowledge of the challenges and opportunities presented by the Games to the West Midlands region and have the capacity to deliver services for an event of this scale.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/01/2020 / End: 31/12/2022       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Framework for a further 12 months.
      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint one Supplier to this Lot for the Framework duration.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Creative Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79341400 - Advertising campaign services.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: Birmingham 2022 is seeking suppliers that can deliver a series of large scale strategic integrated marketing campaigns to help deliver its strategic Games time and legacy objectives. These will include but are not limited to; exploiting major milestones such as X Years to Go Celebrations, Games Mascot Launch, the recruitment of Volunteers (12.5k), the sale of budgeted Tickets (1million +) and public participation in the Queens Baton Relay. It is anticipated that these campaigns will be of national and international interest and that they will encompass all aspects of paid, earned and owned media including but not limited to; television commercials, outdoor advertising, digital content, radio commercials, print design and production, translation and direct mail.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/01/2020 / End: 31/12/2022       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Framework for 12 months.
      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint 3 Suppliers to this Lot for the Framework duration.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Public Relations (PR)       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79416000 - Public relations services.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: Birmingham 2022 is seeking suppliers that can deliver local, regional, national and international public relations both proactively on a campaign basis and reactively throughout the period of the build-up to the Games.

Suppliers must be able to demonstrate capabilities in; media engagement strategy development, management of press office facilities, development of materials such as press releases, social content, photography and video, media event concept development and delivery, corporate communications, community engagement, influencer engagement, stakeholder mapping, crisis communications / management and talent management.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/01/2020 / End: 31/12/2022       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Framework for 12 months.
      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint three suppliers to this Lot for the Framework duration.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Events Services       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      79952100 - Cultural event organisation services.
      92622000 - Sports-event organisation services.
      92621000 - Sports-event promotion services.
      79952000 - Event services.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: Birmingham 2022 is seeking suppliers that can deliver a series of small, medium and large-scale public and corporate events that support the objectives and key milestones of the Organising Committee in the build up to and during the Games.

Suppliers must be able to demonstrate capabilities in; event concept development, event planning, event management, event health and safety, event staffing, risk management, stakeholder engagement, community engagement, and the production of all associated collateral and promotional materials required to deliver the events.

This contract does not include the official Opening and Closing Ceremonies, Live Sites, the 2022 Cultural Programme or Medal Ceremonies.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/01/2020 / End: 31/12/2022       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Framework for 12 months.
      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint three suppliers to this Lot for the Framework duration.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Mascot Design       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      79930000 - Speciality design services.
      QA11-8 - For events
      79415200 - Design consultancy services.
      QA11-8 - For events
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: Birmingham 2022 is seeking a supplier that can deliver the Games Mascot, including but not limited to; creative strategy development, project management, character development, 3D design and visualisation, costume production, character training and character staffing.

The supplier must be able to demonstrate a strategic creative approach to Mascot design and production that will set the Games apart from other major international events.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/01/2020 / End: 31/12/2022       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Framework for 12 months.
      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint one Supplier to this Lot for the Framework duration.       
II.2) Description Lot No. 6
      
      II.2.1) Title: Consumer Insights & Research       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      79310000 - Market research services.
      79300000 - Market and economic research; polling and statistics.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: Birmingham 2022 is seeking suppliers that can deliver a variety of consumer insights initiatives, including but not limited to; depth interviews, focus groups, behavioural analysis and modelling, target audience identification and analysis.

Suppliers should have a good local knowledge of the challenges and opportunities presented by the Games to the West Midlands region and have the capacity to deliver services for an event of this scale.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/01/2020 / End: 31/12/2022       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Framework for 12 months.
      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint one Supplier to this Lot for the Framework duration.       
II.2) Description Lot No. 7
      
      II.2.1) Title: Customer Relationship Management (CRM)       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      48445000 - Customer Relation Management software package.
      79413000 - Marketing management consultancy services.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: Birmingham 2022 is seeking a supplier that can deliver a complete customer relationship management solution that will include but is not limited to; CRM strategy consultancy and development, data warehousing, data management to include a single customer view, database analysis and segmentation, advice on acquisition and retention strategies, email development and distribution, text messaging and associated reporting and analysis.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/01/2020 / End: 31/12/2022       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the Framework for 12 months.
      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint one Supplier to this Lot for the Framework duration.       


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:          
      Selection criteria as stated in the procurement documents (see the Invitation to Tender document).    
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   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: 13           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   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: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2019/S 164 - 402741       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 28/10/2019 Time: 12:00
            
      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:
         Until: 27/01/2020
      
      IV.2.7) Conditions for opening of tenders:
         Date: 28/10/2019
         Time: 12:00
      

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. Any budget provided in this notice is indicative only.

The OC is seeking Tender proposals that fully address the stated technical requirements and offer a commercially competitive offer. This includes the opportunity to secure marketing rights and benefits through a sponsorship offer. Further information is provided in the ITT documentation.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Advertising-and-marketing-services./QHYEU694W7

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/QHYEU694W7
   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:
             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:    
    OJEU procedures include a minimum 10 calendar days standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the Contract is entered into. If an appeal regarding the award of a Contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 25/09/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Birmingham: Advertising and marketing services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Birmingham Organising Committee for the 2022 Commonwealth Games Limited
       One BrindleyPlace, Birmingham, B1 2JB, United Kingdom
       Tel. +44 7951735849, Email: procurement@birmingham2022.com
       Contact: Procurement Team
       Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://www.delta-esourcing.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: B2022 Marketing & Creative Services Framework            
      Reference number: PRO.CMM.009

      II.1.2) Main CPV code:
         79340000 - Advertising and marketing services.
            QA11-8 - For events
            JA04-0 - For design


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The OC is seeking to establish a new Framework Agreement for Marketing & Creative Services. There are multiple Lots, each for a specific work category:

•Lot 1: Design Services
•Lot 2: Creative Services
•Lot 3: PR
•Lot 4: Events
•Lot 5: Mascot Design
•Lot 6: Consumer Insights & Research
•Lot 7: Customer Relationship Management

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,050,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Design Services   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79822500 - Graphic design services.
            79415200 - Design consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.2.4) Description of the procurement: Birmingham 2022 is seeking a supplier that can deliver a complete design service for Birmingham 2022 to cover the design and production of; the Queens Baton Relay logo and visual identity, Cultural Programme logo and visual identity, Volunteer Programme logo, Education Programme logo and Games Pictograms. In addition, Design Services will include, but are not limited to; the design and production of partnership collateral, document templates, publications, event collateral, posters and banner design and production, city dressing design, venue look, digital design, print production, translation, photography and videography.

Suppliers should have a good local knowledge of the challenges and opportunities presented by the Games to the West Midlands region and have the capacity to deliver services for an event of this scale.

      II.2.5) Award criteria:
                  
      Price - Weighting: 30
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Option to extend the Framework for a further 12 months.

      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint one Supplier to this Lot for the Framework duration.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Creative Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79341400 - Advertising campaign services.


      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.2.4) Description of the procurement: Birmingham 2022 is seeking suppliers that can deliver a series of large scale strategic integrated marketing campaigns to help deliver its strategic Games time and legacy objectives. These will include but are not limited to; exploiting major milestones such as X Years to Go Celebrations, Games Mascot Launch, the recruitment of Volunteers (12.5k), the sale of budgeted Tickets (1million +) and public participation in the Queens Baton Relay. It is anticipated that these campaigns will be of national and international interest and that they will encompass all aspects of paid, earned and owned media including but not limited to; television commercials, outdoor advertising, digital content, radio commercials, print design and production, translation and direct mail.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:Option to extend the Framework for 12 months.

      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint 3 Suppliers to this Lot for the Framework duration.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Public Relations (PR)   
      Lot No:3

      II.2.2) Additional CPV code(s):
            79416000 - Public relations services.


      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.2.4) Description of the procurement: Birmingham 2022 is seeking suppliers that can deliver local, regional, national and international public relations both proactively on a campaign basis and reactively throughout the period of the build-up to the Games.

Suppliers must be able to demonstrate capabilities in; media engagement strategy development, management of press office facilities, development of materials such as press releases, social content, photography and video, media event concept development and delivery, corporate communications, community engagement, influencer engagement, stakeholder mapping, crisis communications / management and talent management.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:Option to extend the Framework for 12 months.

      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint three suppliers to this Lot for the Framework duration.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Events Services   
      Lot No:4

      II.2.2) Additional CPV code(s):
            79952100 - Cultural event organisation services.
            92622000 - Sports-event organisation services.
            92621000 - Sports-event promotion services.
            79952000 - Event services.


      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.2.4) Description of the procurement: Birmingham 2022 is seeking suppliers that can deliver a series of small, medium and large-scale public and corporate events that support the objectives and key milestones of the Organising Committee in the build up to and during the Games.

Suppliers must be able to demonstrate capabilities in; event concept development, event planning, event management, event health and safety, event staffing, risk management, stakeholder engagement, community engagement, and the production of all associated collateral and promotional materials required to deliver the events.

This contract does not include the official Opening and Closing Ceremonies, Live Sites, the 2022 Cultural Programme or Medal Ceremonies.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:Option to extend the Framework for 12 months.

      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint three suppliers to this Lot for the Framework duration.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Mascot Design   
      Lot No:5

      II.2.2) Additional CPV code(s):
            79930000 - Speciality design services.
               QA11-8 - For events
            79415200 - Design consultancy services.
               QA11-8 - For events


      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.2.4) Description of the procurement: Birmingham 2022 is seeking a supplier that can deliver the Games Mascot, including but not limited to; creative strategy development, project management, character development, 3D design and visualisation, costume production, character training and character staffing.

The supplier must be able to demonstrate a strategic creative approach to Mascot design and production that will set the Games apart from other major international events.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:Option to extend the Framework for 12 months.

      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint one Supplier to this Lot for the Framework duration.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Consumer Insights & Research   
      Lot No:6

      II.2.2) Additional CPV code(s):
            79310000 - Market research services.
            79300000 - Market and economic research; polling and statistics.


      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.2.4) Description of the procurement: Birmingham 2022 is seeking suppliers that can deliver a variety of consumer insights initiatives, including but not limited to; depth interviews, focus groups, behavioural analysis and modelling, target audience identification and analysis.

Suppliers should have a good local knowledge of the challenges and opportunities presented by the Games to the West Midlands region and have the capacity to deliver services for an event of this scale.

      II.2.5) Award criteria:
                  
      Price - Weighting: 30
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Option to extend the Framework for 12 months.

      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint one Supplier to this Lot for the Framework duration.

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Customer Relationship Management (CRM)   
      Lot No:7

      II.2.2) Additional CPV code(s):
            48445000 - Customer Relation Management software package.
            79413000 - Marketing management consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.2.4) Description of the procurement: Birmingham 2022 is seeking a supplier that can deliver a complete customer relationship management solution that will include but is not limited to; CRM strategy consultancy and development, data warehousing, data management to include a single customer view, database analysis and segmentation, advice on acquisition and retention strategies, email development and distribution, text messaging and associated reporting and analysis.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:Option to extend the Framework for 12 months.

      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: Budgets are indicative only.

There are no guaranteed volumes of work under this Framework.

Birmingham 2022 is seeking to appoint one Supplier to this Lot for the Framework duration.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 164-402741
      
   

   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: 1    
   Title: Design Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/01/2020

      V.2.2) Information about tenders
         Number of tenders received: 29
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             McCann Erikson Central Ltd, 01983874
             Communications House, Highlands Road, Solihull, B90 4WE, United Kingdom
             NUTS Code: UKG
            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: 600,000          
         Total value of the contract/lot: 600,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Creative Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/01/2020

      V.2.2) Information about tenders
         Number of tenders received: 29
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             McCann Erikson Central Ltd, 01983874
             Communications House, Highlands Road, Solihull, B90 4WE, United Kingdom
             NUTS Code: UKG
            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: Not Provided          
         Total value of the contract/lot: 900,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: PR

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/01/2020

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Gung Ho Communications Ltd, 03978424
             Unit 9, 133-137 Newhall Street, Birmingham, B3 1SF, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Grayling Communications Ltd, 03140273
             8th Floor, Holborn Gate, 26 Southampton Buildings, London, WC2A 1AN, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Pitch Marketing Group Ltd, 04143689
             39-43 Brewer Street, London, W1F 9UD, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 500,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Events

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/01/2020

      V.2.2) Information about tenders
         Number of tenders received: 24
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Outdoor Places Unusual Spaces (OPUS) Ltd, 11487764
             Lifford Hall, Lifford Lane, Kings Norton, Birmingham, B30 3JN, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes
         
         Contractor (No.2)
             DRP Holdings Ltd, 04519180
             212 Ikon Estate, Droitwich Road, Hartlebury, Worcestershire, DY10 4EU, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Tony Ball Associates plc, 03857183
             158-160 North Gower Street, London, NW1 2ND, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 500,000
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Mascot Design

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/01/2020

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Rainbow Productions Ltd, 01936160
             Unit 3 Greenlea Park, Prince Georges Road, London, SW19 2J, Prince Georges Road, London, SW19 2JD, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 100,000
         Currency: GBP

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

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Consumer Insights and Research

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/01/2020

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             BMG Research Ltd, 02841970
             Beech House, Greenfield Crescent, Edgbaston, Birmingham, B15 3BE, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 100,000
         Currency: GBP

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

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Customer Relationship Management (CRM)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/01/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Goodform Ltd, 04359302
             7 Olympus Court, Tachbrook Park, Warwick, CV34 6RZ, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 350,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=468775431

   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
          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: OJEU procedures include a minimum 10 calendar days standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the Contract is entered into. If an appeal regarding the award of a Contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 16/03/2020