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 |
View Full Notice
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