Birmingham 2022: B2022 Professional Services Supplier

  Birmingham 2022 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: B2022 Professional Services Supplier
Notice type: Contract Notice
Authority: Birmingham 2022
Nature of contract: Services
Procedure: Negotiated
Short Description: The Birmingham 2022 Organising Committee (OC) require an established professional services firm to support in a number of key areas relating to both the planning and delivery of the 2022 Commonwealth Games, as well as set-up and operation of the OC itself. This includes (but is not limited to) audit, finance, tax, workforce, procurement, programme management, and other categories. It is likely to include provision of secondees and/or short-term embedded resource.
Published: 22/01/2019 15:14
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-London: Business services: law, marketing, consulting, recruitment, printing and security.
Section I: Contracting Authority
      I.1) Name and addresses
             The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
             100 Parliament Street, London, SW1A 2BQ, United Kingdom
             Tel. +44 2072112213, Email: robert.mcruvie@birmingham2022.com
             Contact: Robert McRuvie
             Main Address: https://www.birmingham2022.com/
             NUTS Code: UKG31
      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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Business-services:-law%2C-marketing%2C-consulting%2C-recruitment%2C-printing-and-security./S45Y72VW7K
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://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: B2022 Professional Services Supplier       
      Reference Number: 101293
      II.1.2) Main CPV Code:
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Birmingham 2022 Organising Committee (OC) require an established professional services firm to support in a number of key areas relating to both the planning and delivery of the 2022 Commonwealth Games, as well as set-up and operation of the OC itself. This includes (but is not limited to) audit, finance, tax, workforce, procurement, programme management, and other categories. It is likely to include provision of secondees and/or short-term embedded resource.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79212000 - Auditing services.
      79212200 - Internal audit services.
      79221000 - Tax consultancy services.
      79418000 - Procurement consultancy services.
      79414000 - Human resources management consultancy services.
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: The Organising Committee (OC) require an established professional services firm to support in a number of key areas relating to both the planning and delivery of the 2022 Commonwealth Games, as well as set-up and operation of the OC itself. The nature of the OC means many requirements have not yet been identified and quantified, and many will change over the lifecycle of the OC. The OC seeks to put in place an overarching agreement with a professional services firm that can offer flexibility, under terms defined in the agreement, to respond to the changing requirements of the OC. The areas of professional service categories that are required to support the OC include but are not limited to:

•Internal audit
•Taxation
•Financial Advisory (including Dissolution)
•Workforce Advisory
•Programme Management
•Procurement
•Secondees
•Short-term embedded resource
•Other specialisms
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 26/06/2019 / 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: The objective criteria for choosing the limited number of candidates will be stated in the Selection Questionnaire at the Pre-qualification stage. The 3-5 applicants achieving the highest weighted scores (resulting from application of the criteria within the pre-qualification evaluation) will be invited to tender (or up to 6 if there is a tie between the 5th and 6th ranked scores).
It is envisaged that negotiation will take place in successive stages to reduce the number of bidders, by applying
the award criteria stated in the procurement documents, ideally to no more than 3, with whom we will conclude final negotiations.
The OC and CGFP reserve the right to award the contract and sponsorship agreement on the tenders without conducting negotiations
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: This includes the option to extend the contract for a further 12 months.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      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: In order to register interest in this opportunity, please go to: https://www.delta-esourcing.com (access code RT5AHEB69Q).
Information will also be made available in due course at: https://commonwealthgames.finditinbirmingham.com/opportunities.

To note: This procurement process is being undertaken by the OC in partnership with CGF Partnerships Ltd (CGFP).       


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:          
      Selection criteria as stated in the procurement documents (see the Pre-Qualification Questionnaire Instructions).    
      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 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 22/02/2019 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/03/2019       
      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): 9
      
      

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 value provided in Section II.2.1 is only an estimate
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=371745013
   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:
             Royal Courts of Justice
          London, WC1A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    OJEU procedures include a minimum 10 calendar days standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the Contract is entered into. If an appeal regarding the award of a Contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.    
   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: 22/01/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Birmingham: Business services: law, marketing, consulting, recruitment, printing and security.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Birmingham Organising Committee for the 2022 Commonwealth Games Limited
       One BrindleyPlace, Birmingham, B1 2JB, United Kingdom
       Tel. +44 2072112213, Email: procurement@birmingham2022.com
       Contact: Procurement Team
       Main Address: https://www.birmingham2022.com/
       NUTS Code: UKG31

   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: B2022 Professional Services Supplier            
      Reference number: 101293

      II.1.2) Main CPV code:
         79000000 - Business services: law, marketing, consulting, recruitment, printing and security.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Birmingham 2022 Organising Committee (OC) require an established professional services firm to support in a number of key areas relating to both the planning and delivery of the 2022 Commonwealth Games, as well as set-up and operation of the OC itself. This includes (but is not limited to) audit, finance, tax, workforce, procurement, programme management, and other categories. It is likely to include provision of secondees and/or short-term embedded resource.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,300,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79212000 - Auditing services.
            79212200 - Internal audit services.
            79221000 - Tax consultancy services.
            79418000 - Procurement consultancy services.
            79414000 - Human resources management consultancy services.
            72224000 - Project management consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.2.4) Description of the procurement: The Organising Committee (OC) require an established professional services firm to support in a number of key areas relating to both the planning and delivery of the 2022 Commonwealth Games, as well as set-up and operation of the OC itself. The nature of the OC means many requirements have not yet been identified and quantified, and many will change over the lifecycle of the OC. The OC seeks to put in place an overarching agreement with a professional services firm that can offer flexibility, under terms defined in the agreement, to respond to the changing requirements of the OC. The areas of professional service categories that are required to support the OC include but are not limited to:

•Internal audit
•Taxation
•Financial Advisory (including Dissolution)
•Workforce Advisory
•Programme Management
•Procurement
•Secondees
•Short-term embedded resource
•Other specialisms

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:This includes the option to extend the contract for a further 12 months.

      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: To note: This procurement process is being undertaken by the OC in partnership with CGF Partnerships Ltd (CGFP).


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: 2019/S 18-38496
      
   

   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: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/10/2019

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             PricewaterhouseCoopers LLP
             1 Embankment Place, London, WC2N 6RH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,300,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The Agreement is on a call-off basis so actual value may differ.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=447497030

   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
          Royal Courts of Justice
          London, WC1A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: OJEU procedures include a minimum 10 calendar days standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the Contract is entered into. If an appeal regarding the award of a Contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 15/11/2019