Section one: Contracting authority
one.1) Name and addresses
Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
One Brindley Place
Birmingham
B1 2JB
Contact
Charlotte Davidson
charlotte.davidson@birmingham2022.com
Telephone
+44 7951735849
Country
United Kingdom
NUTS code
UKG - WEST MIDLANDS (ENGLAND)
Internet address(es)
Main address
https://www.birmingham2022.com
Buyer's address
https://commonwealthgames.finditinbirmingham.com/
one.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:-Speciality-design-services./TC33KS9NDD
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/TC33KS9NDD
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Security Design Services Provider
Reference number
SEC.SEO.003
two.1.2) Main CPV code
- 79930000 - Specialty design services
two.1.3) Type of contract
Services
two.1.4) Short description
The Security Design Services Provider will provide design and integration services, programming and consultative expertise for Physical / Protective security (infrastructure, technical, systems), for all competition and non-competition Venues within the footprint of the Birmingham 2022 Commonwealth Games, including the Organising Committee’s corporate premises and other assets where applicable.
two.1.5) Estimated total value
Value excluding VAT: £950,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35121000 - Security equipment
- 79415200 - Design consultancy services
- 35120000 - Surveillance and security systems and devices
- 79710000 - Security services
- 79421200 - Project-design services other than for construction work
two.2.3) Place of performance
NUTS codes
- UKG - WEST MIDLANDS (ENGLAND)
- UK - UNITED KINGDOM
Main site or place of performance
WEST MIDLANDS (ENGLAND),UNITED KINGDOM
two.2.4) Description of the procurement
The Security Design Services Provider (DSP) will provide design and integration services, programming and consultative expertise for Physical / Protective security (infrastructure, technical, systems), for all competition and non-competition venues within the footprint of the Birmingham 2022 Commonwealth Games, including the Organising Committee’s corporate premises and other assets where applicable.
The DSP will be contracted to provide security infrastructure designs and project / programme management & delivery services, in effect the following phases will be realised:
•Phase 1 – Design & Programme Services
•Phase 2 – Delivery Services
There will be performance management markers during the Design Phase (Phase 1), which will determine (via contractual mechanisms) the progression of the Delivery Services (Phase 2).
Note: The estimated maximum contract value is GBP 950,000 whilst noting that the total budget range for the current known core requirement e.g. Phase 1 and Phase 2 is GBP 400,000 to GBP 750,000, however there is currently a level of uncertainty around some of the requirements (e.g. final venue boundaries, etc) hence the estimated maximum contract value of GBP 950,000 as stated.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £950,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
16
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/TC33KS9NDD
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 March 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 March 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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:-Speciality-design-services./TC33KS9NDD
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TC33KS9NDD
GO Reference: GO-2021128-PRO-17704748
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
One Brindley Place
Birmingham
B1 2JB
Country
United Kingdom