Opportunity

Security Design Services Provider

  • Birmingham Organising Committee for the 2022 Commonwealth Games Ltd

F02: Contract notice

Notice reference: 2021/S 000-001807

Published 29 January 2021, 9:32am



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

Email

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