Birmingham 2022: Provision of Laundry Services

  Birmingham 2022 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Laundry Services
Notice type: Contract Notice
Authority: Birmingham 2022
Nature of contract: Services
Procedure: Open
Short Description: The Birmingham 2022 Organising Committee (the ‘OC’) have a requirement for Laundry Services. The appointed Laundry Services contractor will be responsible for providing a clothing wash and dry service for the athletes' laundry, a wash, dry and fold service for team kits and a wash, tumble dry, iron and fold service (including laundry bags) for Technical Delegates and Officials.
Published: 19/07/2021 10:59
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: Laundry management services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Birmingham Organising Committee for the 2022 Commonwealth Games Limited
             One Brindley Place, Birmingham, B1 2JB, United Kingdom
             Tel. +44 7951735849, Email: sam.turner@birmingham2022.com
             Contact: Sam Turner
             Main Address: http://www.birmingham2022.com/, Address of the buyer profile: http://www.birmingham2022.com/
             NUTS Code: UKG3
      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:-Laundry-management-services./3ET3QM7354
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://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: Provision of Laundry Services       
      Reference Number: VGF.VIL.0010
      II.1.2) Main CPV Code:
      98311100 - Laundry management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Birmingham 2022 Organising Committee (the ‘OC’) have a requirement for Laundry Services. The appointed Laundry Services contractor will be responsible for providing a clothing wash and dry service for the athletes' laundry, a wash, dry and fold service for team kits and a wash, tumble dry, iron and fold service (including laundry bags) for Technical Delegates and Officials.       
      II.1.5) Estimated total value:
      Value excluding VAT: 290,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKG3 West Midlands
      
      II.2.4) Description of procurement: The Birmingham 2022 Organising Committee (the ‘OC’) have a requirement for Laundry Services. The appointed Laundry Services contractor will be responsible for providing a clothing wash and dry service for the athletes' laundry, a wash, dry and fold service for team kits and a wash, tumble dry, iron and fold service (including laundry bags) for Technical Delegates and Officials.

The value of the Laundry Services contract is estimated to be between £200,000 - £290,000. The locations are as follows; Commonwealth Games Village NEC (CGN), Commonwealth Games Village Birmingham (CGB), Commonwealth Games Village Warwick (CGW) and Bournbrook accommodation at University of Birmingham.
      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: 290,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 25/10/2021 / End: 30/09/2022       
      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:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      As set out in the procurement documents.    
      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       
      As set out in the procurement documents.          
      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 - NO    
         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: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2021/S 000 - 010955       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 19/08/2021 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:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 19/08/2021
         Time: 12:01
      

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:-Laundry-management-services./3ET3QM7354

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3ET3QM7354
   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: 19/07/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Birmingham: Laundry management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Birmingham Organising Committee for the 2022 Commonwealth Games Limited
       One Brindley Place, Birmingham, B1 2JB, United Kingdom
       Tel. +44 7951735849, Email: sam.turner@birmingham2022.com
       Contact: Sam Turner
       Main Address: http://www.birmingham2022.com/, Address of the buyer profile: http://www.birmingham2022.com/
       NUTS Code: UKG3

   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: Provision of Laundry Services            
      Reference number: VGF.VIL.0010

      II.1.2) Main CPV code:
         98311100 - Laundry management services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Procurement procedure discontinued:

Following evaluation of original tender returns, the OC has come to the conclusion that it did not specify its Scope of Works in sufficient detail and therefore will exercise its right to cancel this tender exercise and commence a new procurement for the requirements as soon as possible. The procurement will be re-advertised in the Find a Tender Service (FTS).

This will allow the OC to update its Scope of Works so that it is more clearly defined including its Technical requirements. It will also allow for volumes to be updated which have changed since the original process started.

All potential suppliers who tendered originally will be given another opportunity to tender for the contract should they wish to do.

      II.1.6) Information about lots
         This contract is divided into lots: No
         
            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKG3 - West Midlands
   
      Main site or place of performance:
      West Midlands
             

      II.2.4) Description of the procurement: Procurement procedure discontinued:

Following evaluation of original tender returns, the OC has come to the conclusion that it did not specify its Scope of Works in sufficient detail and therefore will exercise its right to cancel this tender exercise and commence a new procurement for the requirements as soon as possible. The procurement will be re-advertised in the Find a Tender Service (FTS).

This will allow the OC to update its Scope of Works so that it is more clearly defined including its Technical requirements. It will also allow for volumes to be updated which have changed since the original process started.

All potential suppliers who tendered originally will be given another opportunity to tender for the contract should they wish to do.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

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

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: 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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-010955
      
   

   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: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2021 - 016903

Section VI: Complementary information

   VI.3) Additional information: Procurement procedure discontinued:

Following evaluation of original tender returns, the OC has come to the conclusion that it did not specify its Scope of Works in sufficient detail and therefore will exercise its right to cancel this tender exercise and commence a new procurement for the requirements as soon as possible. The procurement will be re-advertised in the Find a Tender Service (FTS).

This will allow the OC to update its Scope of Works so that it is more clearly defined including its Technical requirements. It will also allow for volumes to be updated which have changed since the original process started.

All potential suppliers who tendered originally will be given another opportunity to tender for the contract should they wish to do.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=634153125

   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: 14/10/2021