Birmingham 2022: Venue Overlay Turnkey

  Birmingham 2022 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Venue Overlay Turnkey
Notice type: Contract Notice
Authority: Birmingham 2022
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: The Birmingham Organising Committee for the 2022 Commonwealth Games requires temporary Venue Overlay services, which refers to all of the temporary infrastructure and hired commodities required to support a particular facility or venue, including but not limited to temporary seating, tents, cabins, staging, power, fencing, flooring, lighting, signage etc. The OC is looking for a turnkey provider(s) to provide the entire services as described above, including the provision of a Principal Contractor & Principal Designer service working within CDM Regulations.
Published: 21/08/2020 14:56
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: Recreational, cultural and sporting services.
Section I: Contracting Authority
      I.1) Name and addresses
             Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
             One Brindley Place, Birmingham, B12JB, United Kingdom
             Tel. +44 7951735849, Email: Madeleine.townend@birmingham2022.com
             Contact: Madeleine Townend
             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:-Recreational%2C-cultural-and-sporting-services./7PR3N595W7
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Recreational%2C-cultural-and-sporting-services./7PR3N595W7 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: Venue Overlay Turnkey       
      Reference Number: PRO.VDO.0007
      II.1.2) Main CPV Code:
      92000000 - Recreational, cultural and sporting services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Birmingham Organising Committee for the 2022 Commonwealth Games requires temporary Venue Overlay services, which refers to all of the temporary infrastructure and hired commodities required to support a particular facility or venue, including but not limited to temporary seating, tents, cabins, staging, power, fencing, flooring, lighting, signage etc. The OC is looking for a turnkey provider(s) to provide the entire services as described above, including the provision of a Principal Contractor & Principal Designer service working within CDM Regulations.       
      II.1.5) Estimated total value:
      Value excluding VAT: 50,000,000       
      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: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: As set out in the procurement documents.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 - Cluster 1       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      39522530 - Tents.
      39111000 - Seats.
      34928200 - Fences.
      44211110 - Cabins.
      44212310 - Scaffolding.
      44212317 - Scaffolding structures.
      44112000 - Miscellaneous building structures.
      44210000 - Structures and parts of structures.
      44212320 - Miscellaneous structures.
      45212221 - Construction work in connection with structures for sports ground.
      31518200 - Emergency lighting equipment.
      31527260 - Lighting systems.
      31527270 - Platforms lighting.
      45211370 - Construction works for saunas.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: The Overlay Turnkey supplier will provide all services and goods required for a Cluster of Venues for all the commodities detailed within the Scope of Services which are:
•Tents,
•Seating,
•Cabins,
•Scaffolding,
•Fencing,
•Groundworks/Civil Works/ Service Connections,
•Internal Build Out,
•Containment,
•Rigging,
•Technology Support Structures,
•Media Tribunes,
•Trackway,
•Exhibition Equipment,
•Portable Toilets,
•Shipping Containers,
•Site Lighting,
•Saunas,
•and Venue Specific Projects.
In addition to the design, supply, delivery, Games Time maintenance, installation and removal of the commodities listed, the Venue Overlay Turnkey supplier responsibilities will include:
•acting as the Principal Contractor under UK CDM 2015 Regulations,
•centrally managing the Venue Integrated Schedules (VIS),
•centrally coordinating Building Control permit applications, budget and scope management,
•and complying with OC controlled change management process.
Lot 1 comprises the following venues:
Sandwell Aquatics Centre
University of Birmingham Precinct
University of Birmingham – Hockey
University of Birmingham - Squash
Athletes Village
      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: 17,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 16       
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 - Cluster 2       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      39522530 - Tents.
      39111000 - Seats.
      34928200 - Fences.
      44211110 - Cabins.
      44212310 - Scaffolding.
      44112000 - Miscellaneous building structures.
      44210000 - Structures and parts of structures.
      44212317 - Scaffolding structures.
      45212221 - Construction work in connection with structures for sports ground.
      31518200 - Emergency lighting equipment.
      31527260 - Lighting systems.
      31527270 - Platforms lighting.
      45211370 - Construction works for saunas.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: The Overlay Turnkey supplier will provide all services and goods required for a Cluster of Venues for all the commodities detailed within the Scope of Services which are:
•Tents,
•Seating,
•Cabins,
•Scaffolding,
•Fencing,
•Groundworks/Civil Works/ Service Connections,
•Internal Build Out,
•Containment,
•Rigging,
•Technology Support Structures,
•Media Tribunes,
•Trackway,
•Exhibition Equipment,
•Portable Toilets,
•Shipping Containers,
•Site Lighting,
•Saunas,
•and Venue Specific Projects.

In addition to the design, supply, delivery, Games Time maintenance, installation and removal of the commodities listed, the Venue Overlay Turnkey supplier responsibilities will include:
•acting as the Principal Contractor under UK CDM 2015 Regulations,
•centrally managing the Venue Integrated Schedules (VIS),
•centrally coordinating Building Control permit applications, budget and scope management,
•and complying with OC controlled change management process.
Lot 2 comprises the following venues:
Alexander Stadium
Coventry Arena/Coventry Stadium
Arena Birmingham
NEC Arena
NEC Hall 1, Hall 2, Hall 3, Hall 4, Hall 5
NEC Precinct
Lee Valley Velodrome
      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: 17,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 16       
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3 - Cluster 3       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      39522530 - Tents.
      39111000 - Seats.
      34928200 - Fences.
      45211370 - Construction works for saunas.
      31518200 - Emergency lighting equipment.
      31527260 - Lighting systems.
      31527270 - Platforms lighting.
      44112000 - Miscellaneous building structures.
      44210000 - Structures and parts of structures.
      44212320 - Miscellaneous structures.
      44212310 - Scaffolding.
      44212317 - Scaffolding structures.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: The Overlay Turnkey supplier will provide all services and goods required for a Cluster of Venues for all the commodities detailed within the Scope of Services which are:
•Tents,
•Seating,
•Cabins,
•Scaffolding,
•Fencing,
•Groundworks/Civil Works/ Service Connections,
•Internal Build Out,
•Containment,
•Rigging,
•Technology Support Structures,
•Media Tribunes,
•Trackway,
•Exhibition Equipment,
•Portable Toilets,
•Shipping Containers,
•Site Lighting,
•Saunas,
•and Venue Specific Projects.

In addition to the design, supply, delivery, Games Time maintenance, installation and removal of the commodities listed, the Venue Overlay Turnkey supplier responsibilities will include:
•acting as the Principal Contractor under UK CDM 2015 Regulations,
•centrally managing the Venue Integrated Schedules (VIS),
•centrally coordinating Building Control permit applications, budget and scope management,
•and complying with OC controlled change management process.
Lot 3 comprises the following venues:
Cannock Chase
Sutton Park
Victoria Park
Smithfield Precinct
Smithfield – Beach Volleyball
Smithfield - 3x3 Basketball
Edgbaston Cricket Ground
Warwick – Cycling Road Race
Wolverhampton West Park - Cycling Time Trial
Uniform & Accreditation Centre
Transport Sites
      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: 17,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 16       
      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: Not provided       


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

Section IV: Procedure
   IV.1) Description COMPETITIVE_DIALOGUE
      IV.1.1) Type of procedure:Competitive dialogue    
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 22/09/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 22/10/2020       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: 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.

It is estimated that this framework has a total value of £50m - £60m, split across the three Lots.

The OC and/or CGFP may enter into discussions with bidders during this procurement process on the possibility of a multi-games (more than one games) contract.

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.

The OC may enter into discussions with bidders during this procurement process on the possibility of a multi-games (3 games) contract. However, this is not mandatory and the evaluation of any tender submissions for this procurement will be based solely on the Birmingham 2022 Commonwealth Games and the criteria set out in the tender documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Recreational%2C-cultural-and-sporting-services./7PR3N595W7

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7PR3N595W7
   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: 21/08/2020

Annex A


View any Notice Addenda

View Award Notice