Section one: Contracting authority
one.1) Name and addresses
Birmingham 2022
One Brindley Place
Birmingham
B12JB
Contact
Mohammed Yahiah
mohammed.yahiah@birmingham2022.com
Telephone
+44 07951735849
Country
United Kingdom
NUTS code
UKG - WEST MIDLANDS (ENGLAND)
Internet address(es)
Main address
https://www.delta-esourcing.com/delta
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.delta-esourcing.com/tenders/UK-title/73M3HZT7E3
Additional information can be obtained from the above-mentioned address
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
GSV.LOG.003 - The Supply, Delivery, Installation and Removal of Field of Play Barriers
Reference number
GSV.LOG.003
two.1.2) Main CPV code
- 34928300 - Safety barriers
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Partner to supply, deliver, install and remove field of play barriers across the sites detailed in the scope of works.
The OC will require the supplier to be provide the following:
•Crowd Control Barriers
•Concord/Angled Barriers
•An appropriate weighting solution for both barrier types
The services included in this scope shall cover the following:
•Project Management/Support
•Delivery, Monitoring and Collection
•Storage
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34928110 - Road barriers
- 34928310 - Safety fencing
two.2.3) Place of performance
NUTS codes
- UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance
WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Partner to supply, deliver, install and remove field of play barriers across the sites detailed in the scope of works.
The OC will require the supplier to be provide the following:
•Crowd Control Barriers
•Concord/Angled Barriers
•An appropriate weighting solution for both barrier types
The services included in this scope shall cover the following:
•Project Management/Support
•Delivery, Monitoring and Collection
•Storage
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: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
15
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
Objective criteria for choosing the limited number of candidates:
This information is contained with the Procurement Documentation
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
This information is detailed in the procurement documentation
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
1 April 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 April 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: 6 (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.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/was 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
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Safety-barriers./73M3HZT7E3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/73M3HZT7E3
GO Reference: GO-202132-PRO-17869349
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
London
WC1A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Birmingham 2022
One Brindley Place
Birmingham
B12JB
Country
United Kingdom