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 |
View Full Notice
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
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