Birmingham 2022 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Security Equipment |
Notice type: | Contract Notice |
Authority: | Birmingham 2022 |
Nature of contract: | Supplies |
Procedure: | Negotiated |
Short Description: | Security equipment is required for the Birmingham 2022 Commonwealth Games, briefly comprising X-Ray Equipment, Metal Detection Equipment, Explosive Trace and Detection Equipment, CCTV and Security Rated Fencing. Providers may be responsible for: supply, logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration (where appropriate); de-mobilisation and return to normality. |
Published: | 09/04/2021 10:28 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Organising Committee for the 2022 Birmingham Commonwealth Games Ltd
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 7951735849, Email: sam.turner@birmingham2022.com
Contact: Sam Turner
Main Address: www.birmingham2022.com, Address of the buyer profile: 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:-Security-equipment./7RR9PT944P
Additional information can be obtained from: the abovementioned address
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: Security Equipment
Reference Number: PRO.SEC.0002
II.1.2) Main CPV Code:
35121000 - Security equipment.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Security equipment is required for the Birmingham 2022 Commonwealth Games, briefly comprising X-Ray Equipment, Metal Detection Equipment, Explosive Trace and Detection Equipment, CCTV and Security Rated Fencing. Providers may be responsible for: supply, logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration (where appropriate); de-mobilisation and return to normality.
II.1.5) Estimated total value:
Value excluding VAT: 16,084,457
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 4
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers are able to bid for as many or as few of the 6 Lots as they choose except for the following multi-lot bidding exclusions: -
Tenderers bidding for any of: Lot 1, Lot 2 or Lot 5 will not be allowed to bid for any of: Lot 4 or Lot 6.
Tenderers bidding for any of: Lot 4 or Lot 6 will not be allowed to bid for any of: Lot 1, Lot 2 or Lot 5.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 – X-Ray Equipment (Person Items) – Small & Medium X-Ray
Lot No: 1
II.2.2) Additional CPV codes:
33111000 - X-ray devices.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: X-Ray Equipment (Person Items) – Small & Medium X-Ray.
The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
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: 5,286,996
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 22/09/2021 / End: 31/12/2022
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: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 – Metal Detection Equipment (Walk Through Metal Detectors (WTMD) & Hand-Held Metal Detectors (HHMD)
Lot No: 2
II.2.2) Additional CPV codes:
35124000 - Metal detectors.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: Metal Detection Equipment (Walk Through Metal Detectors (WTMD) & Hand-Held Metal Detectors (HHMD).
The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
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: 943,305
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 22/09/2021 / End: 31/12/2022
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: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P
II.2) Description Lot No. 3
II.2.1) Title: Lot 3 – Explosive Trace and Detection Equipment (ETD)
Lot No: 3
II.2.2) Additional CPV codes:
38546000 - Explosives detection system.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: Explosive Trace and Detection Equipment (ETD).
The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
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: 106,040
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 22/09/2021 / End: 31/12/2022
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: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P
II.2) Description Lot No. 4
II.2.1) Title: Lot 4 – CCTV – Temporary, fixed systems & Mobile Deployment Systems
Lot No: 4
II.2.2) Additional CPV codes:
32231000 - Closed-circuit television apparatus.
32234000 - Closed-circuit television cameras.
32235000 - Closed-circuit surveillance system.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: CCTV – Temporary, fixed systems & Mobile Deployment Systems.
The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
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: 4,435,523
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 22/09/2021 / End: 31/12/2022
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: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P
II.2) Description Lot No. 5
II.2.1) Title: Lot 5 – X-Ray Equipment (Goods and Vehicles) Pallet & Truck X-Rays
Lot No: 5
II.2.2) Additional CPV codes:
33111000 - X-ray devices.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: X-Ray Equipment (Goods and Vehicles) Pallet & Truck X-Rays.
The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
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: 543,092
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 22/09/2021 / End: 31/12/2022
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: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P
II.2) Description Lot No. 6
II.2.1) Title: Lot 6 – Security Rated Fencing
Lot No: 6
II.2.2) Additional CPV codes:
34928200 - Fences.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: Security Rated Fencing.
The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.
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: 4,769,501
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 22/09/2021 / End: 31/12/2022
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: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7RR9PT944P
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.2.2) 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: 2020/S 40 - 95837
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/05/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 26/05/2021
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:
Duration in month(s): 4
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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:-Security-equipment./7RR9PT944P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7RR9PT944P
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
London, WC1A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
The Organising Committee for the 2022 Birmingham Commonwealth Games Ltd
One Brindley Place, Birmingham, B1 2JB, United Kingdom
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: 09/04/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Organising Committee for the 2022 Birmingham Commonwealth Games Ltd
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 7951735849, Email: sam.turner@birmingham2022.com
Contact: Sam Turner
Main Address: www.birmingham2022.com, Address of the buyer profile: 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: Security Equipment
Reference number: PRO.SEC.0002
II.1.2) Main CPV code:
35121000 - Security equipment.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Birmingham 2022 Organising Committee has made the decision to discontinue the current procurement for Security Equipment: Lot 4 - CCTV – Temporary, fixed systems & Mobile Deployment Systems.
Rationale: Since the ITT was issued there has been an increase in the scope of work and quantity requirements.
Moving forward: The OC will publish a new Contract Notice to commence a new Procurement exercise.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.2) Description (lot no. 1)
II.2.1) Title:Lot 4 – CCTV – Temporary, fixed systems & Mobile Deployment Systems
Lot No:4
II.2.2) Additional CPV code(s):
32231000 - Closed-circuit television apparatus.
32234000 - Closed-circuit television cameras.
32235000 - Closed-circuit surveillance system.
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: The Birmingham 2022 Organising Committee has made the decision to discontinue the current procurement for Security Equipment: Lot 4 - CCTV – Temporary, fixed systems & Mobile Deployment Systems.
Rationale: Since the ITT was issued there has been an increase in the scope of work and quantity requirements.
Moving forward: The OC will publish a new Contract Notice to commence a new Procurement exercise.
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: 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 000-007373
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: 4
Title: Lot 4 – CCTV – Temporary, fixed systems & Mobile Deployment Systems
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 - 007373
Section VI: Complementary information
VI.3) Additional information: The Birmingham 2022 Organising Committee has made the decision to discontinue the current procurement for Security Equipment: Lot 4 - CCTV – Temporary, fixed systems & Mobile Deployment Systems.
Rationale: Since the ITT was issued there has been an increase in the scope of work and quantity requirements.
Moving forward: The OC will publish a new Contract Notice to commence a new Procurement exercise.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=645034949
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London, WC1A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
The Organising Committee for the 2022 Birmingham Commonwealth Games Ltd
One Brindley Place, Birmingham, B1 2JB, United Kingdom
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: 19/11/2021