Birmingham 2022: Cleaning Services for Competition and Agreed Non-Competition Venues

  Birmingham 2022 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Cleaning Services for Competition and Agreed Non-Competition Venues
Notice type: Contract Notice
Authority: Birmingham 2022
Nature of contract: Services
Procedure: Negotiated
Short Description: The OC is looking to appoint Cleaning Contractors for the competition venues which comprise of the Greenfields cluster, including Cannock Chase, Sutton Park, Victoria Park, Smithfield's, St Nicholas Park and West Park, and selected training venues for Hockey and the Fleet and Bus Depots. The scope also covers Alexander Stadium, including the provision for the Ceremony rehearsals and event days, and Sandwell Aquatics Centre, The successful provider(s) will undertake Cleaning Services for all client groups in line with the scope of works, objectives, and defined service levels. The Cleaning provision will be required throughout the time that the OC occupies each Venue which will be defined on a venue-by-venue basis, including any Competition venues which are being used as a training venue in the run up to the Games. This procurement is split into 2 lots.
Published: 13/05/2021 19:34
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: Cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
             One Brindley Place, Birmingham, B1 2JB, United Kingdom
             Tel. +44 7951735849, Email: mark.mccue@birmingham2022.com
             Contact: Mark McCue
             Main Address: https://www.birmingham2022.com/
             NUTS Code: UKG
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Cleaning-services./M6Y6H99369
      Additional information can be obtained from: address as in Annex A.I:
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Cleaning Services for Competition and Agreed Non-Competition Venues       
      Reference Number: GSV.CCW.002
      II.1.2) Main CPV Code:
      90910000 - Cleaning services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The OC is looking to appoint Cleaning Contractors for the competition venues which comprise of the Greenfields cluster, including Cannock Chase, Sutton Park, Victoria Park, Smithfield's, St Nicholas Park and West Park, and selected training venues for Hockey and the Fleet and Bus Depots. The scope also covers Alexander Stadium, including the provision for the Ceremony rehearsals and event days, and Sandwell Aquatics Centre, The successful provider(s) will undertake Cleaning Services for all client groups in line with the scope of works, objectives, and defined service levels.

The Cleaning provision will be required throughout the time that the OC occupies each Venue which will be defined on a venue-by-venue basis, including any Competition venues which are being used as a training venue in the run up to the Games.

This procurement is split into 2 lots.       
      II.1.5) Estimated total value:
      Value excluding VAT: 910,000       
      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: Lot 1: Competition Venues comprising Alexander Stadium, Sandwell Aquatics Stadium and Ceremonies.

Lot 2: Competition Venues comprising the Greenfield Sites and defined non-competition Training Venues and Transport Depots.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Competition Venues comprising Alexander Stadium, Sandwell Aquatics Stadium and Ceremonies       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      90900000 - Cleaning and sanitation services.
      90910000 - Cleaning services.
      90911000 - Accommodation, building and window cleaning services.
      90911100 - Accommodation cleaning services.
      90911200 - Building-cleaning services.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: This lot covers the Competition Venues comprising Alexander Stadium, Sandwell Aquatics Stadium and 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: 470,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: As set out in the procurement documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M6Y6H99369       
II.2) Description Lot No. 2
      
      II.2.1) Title: Competition Venues comprising the Greenfield Sites and defined non-competition Training Venues and Transport Depots       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90900000 - Cleaning and sanitation services.
      90910000 - Cleaning services.
      90911000 - Accommodation, building and window cleaning services.
      90911100 - Accommodation cleaning services.
      90911200 - Building-cleaning services.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: This lot covers the Competition Venues comprising the Greenfield Sites and defined non-competition Training Venues and Transport Depots.
      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: 440,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: As set out in the procurement documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M6Y6H99369       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description NEGOTIATED
      IV.1.1) Type of procedure:   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: Yes.
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 14/06/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/06/2021       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

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. All communications shall be in English. Any contract or agreement resulting from any invitation to tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts.

The OC does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the tenderer expressly stipulates to the contrary. The Freedom of Information Act 2000 imposes a statutory obligation on public bodies to make information they are holding available on request. Tenderers should be aware of the OC's obligations under the Act, whereby information provided by tenderers in response to this advertisement may be requested by a third party. The OC expressly reserves the right:
(i) to make whatever changes it may see fit to the content and structure of the procurement process;
(ii) to require further information or clarification from a tenderer before considering its response;
(iii) to exclude a tenderer from the procurement process if it is subsequently determined that any information supplied was inaccurate, incomplete or untrue and was relied upon for selection purposes;
(iv) to cancel this procurement at any stage; and
(v) not to award any contract as a result of the procurement process commenced by publication of this notice.

Under no circumstances will the OC or any of its advisers, be liable for any costs or expenses borne by any tenderer or any of its advisers in responding to this contract notice or at any stage in the process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Cleaning-services./M6Y6H99369

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M6Y6H99369
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       London, WC1A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 13/05/2021

Annex A
   I) Addresses and contact points from which further information can be obtained:
       The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
       One Brindley Place, Birmingham, B1 2JB, United Kingdom
       Email: mark.mccue@birmingham2022.com
       Contact: Mark McCue
       Main Address: www.birmingham2022.com
       NUTS Code: UKG   


View any Notice Addenda

View Award Notice

UK-Birmingham: Cleaning services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
       One Brindley Place, Birmingham, B1 2JB, United Kingdom
       Tel. +44 7951735849, Email: mark.mccue@birmingham2022.com
       Contact: Mark McCue
       Main Address: https://www.birmingham2022.com/
       NUTS Code: UKG

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Recreation, culture and religion

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Cleaning Services for Competition and Agreed Non-Competition Venues            
      Reference number: GSV.CCW.002

      II.1.2) Main CPV code:
         90910000 - Cleaning services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The OC has appointed Cleaning Contractors for the competition venues which comprise of the Greenfields cluster, including Cannock Chase, Sutton Park, Victoria Park, Smithfield's, St Nicholas Park and West Park, and selected training venues for Hockey and the Fleet and Bus Depots. The scope also covers Alexander Stadium, including the provision for the Ceremony rehearsals and event days, and Sandwell Aquatics Centre, The successful provider(s) will undertake Cleaning Services for all client groups in line with the scope of works, objectives, and defined service levels.

The Cleaning provision will be required throughout the time that the OC occupies each Venue which will be defined on a venue-by-venue basis, including any Competition venues which are being used as a training venue in the run up to the Games.

This procurement is split into 2 lots.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 995,355
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Competition Venues comprising Alexander Stadium, Sandwell Aquatics Stadium and Ceremonies   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.
            90910000 - Cleaning services.
            90911000 - Accommodation, building and window cleaning services.
            90911100 - Accommodation cleaning services.
            90911200 - Building-cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: This lot covers the Competition Venues comprising Alexander Stadium, Sandwell Aquatics Stadium and Ceremonies

      II.2.5) Award criteria:
      Quality criterion - Name: Quality (including 20% social value) / Weighting: 60
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Competition Venues comprising the Greenfield Sites and defined non-competition Training Venues and Transport Depots   
      Lot No:2

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.
            90910000 - Cleaning services.
            90911000 - Accommodation, building and window cleaning services.
            90911100 - Accommodation cleaning services.
            90911200 - Building-cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: This lot covers the Competition Venues comprising the Greenfield Sites and defined non-competition Training Venues and Transport Depots.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality (including 20% social value) / Weighting: 60
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-010628
      
   

   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: 1    
   Lot Number: 1    
   Title: Agreement for the Supply of Cleaning Services (Lot 1)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/03/2022

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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CleanEvent Services Limited, 10246064
             3-4 Twyford Place, Lincolns Inn Village, High Wycombe, HP12 3RE, United Kingdom
             NUTS Code: UKJ1
            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: 628,850          
         Total value of the contract/lot: 628,850
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: Agreement for the provision of Cleaning Services (Lot 2)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 08/04/2022

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

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             North Tees and Hartlepool Solutions LLP, OC419412
             Osmotherley House, North Tees Hospital, Hardwick, Stockton-on-Tees, TS19 8PE, United Kingdom
             NUTS Code: UKC11
            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: 366,504          
         Total value of the contract/lot: 366,504
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          NTH Solutions will use Wettons Cleaning Services to assist in providing key service deliverables associated with the contract.          
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=686327153

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          London, WC1A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

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

   VI.5) Date of dispatch of this notice: 27/04/2022