Birmingham 2022 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Host Broadcasting Services |
Notice type: | Contract Notice |
Authority: | Birmingham 2022 |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | Provision of Host Broadcaster TV Production Services for the 2022, 2026 and 2030 Commonwealth Games including ancillary equipment. |
Published: | 05/09/2019 15:30 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Birmingham Organising Committee for the 2022 Commonwealth Games Limited
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 7951735849, Email: pamela.kelsall@birmingham2022.com
Contact: Pamela Kelsall
Main Address: www.birmingham2022.com, Address of the buyer profile: https://commonwealthgames.finditinbirmingham.com/
NUTS Code: UKG3
I.2) Joint procurement
The contract involves joint procurement: Yes.
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:-Television-production-services./6UT4PZ2HDQ
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: https://www.delta-esourcing.com/
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: Host Broadcasting Services
Reference Number: PRO.TEC.0003
II.1.2) Main CPV Code:
92221000 - Television production services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of Host Broadcaster TV Production Services for the 2022, 2026 and 2030 Commonwealth Games including ancillary equipment.
II.1.5) Estimated total value:
Value excluding VAT: 81,000,000
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: 71 Commonwealth nations and territories are expected to participate in the XXII Commonwealth Games, which is one of the world's largest multi-sport events, bringing together over 4,000 of the world's elite athletes every 4 years, in an 11-day festival of sport and culture. Events will take place from 27 July to 7 August 2022 in venues across Birmingham and the West Midlands. London's Olympic velodrome will also be utilised.
The principal role of the Host Broadcasting Services supplier is producing and distributing high quality TV and radio coverage of the Games to Rights Holding Broadcasters (RHBs) and on to a global audience. The supplier will develop detailed production plans and requirements for each sport, and deliver the international TV and radio feeds and multi-channel service (a combination of a selection of live and delayed content) to RHBs. Amongst other content, coverage will also include medal ceremonies and presentations, daily highlights and news feeds.
Further information on the Authority's requirements can be found in its Descriptive Document available at www.delta-esourcing.com.
In order to maximise value for money, the Birmingham 2022 Organising Committee is undertaking this procurement collaboratively with CGF Partnerships Limited with a view to awarding an agreement that will include options to extend the agreement to cover provision of Host Broadcasting Services to the 2026 and 2030 editions of the Commonwealth Games. The host cities for the 2026 and 2030 editions are not as yet identified.
The current intention is to let the Services opportunity on the basis of a host broadcasting master services agreement (the "MSA") to be entered into between CGF Partnerships Limited and the successful Tenderer, and a Organising Committee Services Agreement ("OCSA") between the Organising Committee and the successful Tenderer. The first OCSA will be with the Birmingham Organising Committee for the 2022 Commonwealth Games Limited ("Birmingham 2022") for the purposes of providing host broadcasting services for the Birmingham 2022 Games.
However, in the event that the Birmingham 2022 Organising Committee and CGFP Determine that there is insufficient economic benefit in letting an agreement with options to extend for the 2026 and 2030 games, the Authority reserves the right to award a services contract directly between Birmingham 2022 and the successful Tenderer for the 2022 Games only.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 06/04/2020 / End: 30/09/2022
This contract is subject to renewal: Yes
Description of renewals: The MSA will commence in April 2020 and be let until 30 September 2022. CGFP Partnerships Limited will have the option to extend the MSA to 30 September 2026 and a further option to extend until 30 September 2030, subject to conducting a Delivery Evaluation Process following both the 2022 and 2026 Games.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 4
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
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 - 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.1.6) 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: 2019/S 113 - 277406
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/09/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/11/2019
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): 3
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 Yes
Electronic payment will be used Yes
VI.3) Additional Information: 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 Authority 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 Authority's obligations under the Act, whereby information provided by Tenderers in response to this advertisement may be requested by a third party.
The Authority 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 Authority or any of their 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.
It is estimated that the MSA value range will be 60 000 000 to 90 000 000 GBP, dependent on whether the extension options are exercised. It is estimated that the OCSA contract value range for the Birmingham 2022 Games will be 20 000 000 GBP to 30 000 000 GBP. These costs include HB accommodation, catering, transport and those relating to ancillary equipment including broadcast power, overlay at venues (compound cabins and camera platforms) and contract variations.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Television-production-services./6UT4PZ2HDQ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6UT4PZ2HDQ
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: 05/09/2019
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
CGF Partnerships Limited
Commonwealth House, 55-58 Pall Mall, London, SW1Y 5JH, United Kingdom
Tel. +44 7951735849, Email: pamela.kelsall@cgfpartnerships.com
Contact: Pamela Kelsall
Main Address: www.cgf.com, Address of the buyer profile: https://commonwealthgames.finditinbirmingham.com/
NUTS Code: UKG3