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 |
View Full Notice
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
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