Section one: Contracting authority
one.1) Name and addresses
Birmingham 2022
1 Brindley Place
Birmingham
B1 2JB
Contact
Andy Watson
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
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
EXE.WHS.003 - The Provision of Fire Marshals
Reference number
EXE.WHS.003
two.1.2) Main CPV code
- 71317100 - Fire and explosion protection and control consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Birmingham Organising Committee for the 2022 Commonwealth Games requires Fire Marshals across various venues. The supplier/s will be required to deliver the following:
•The dates that will require qualified marshal coverage.
•The start time and finish time that marshals will be expected to cover the venue.
•The length in hours each shift will be required.
•The number of shifts required for each day.
•The total number of hours required.
•The number of marshals required on each venue per shift.
This opportunity has been broken down into lots as detailed within the procurement documentation.
Further information can be obtained by downloading the procurement documentation.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 5
two.2) Description
two.2.1) Title
Stadia
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
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 Fire Marshals across Stadia Sites. The supplier/s will be required to deliver the following:
•The dates that will require qualified marshal coverage.
•The start time and finish time that marshals will be expected to cover the venue.
•The length in hours each shift will be required.
•The number of shifts required for each day.
•The total number of hours required.
•The number of marshals required on each venue per shift.
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: £145,625
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
7
This contract is subject to renewal
No
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) Description
two.2.1) Title
Green Field Sites
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
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 Fire Marshals at Green Field Sites. The supplier/s will be required to deliver the following:
•The dates that will require qualified marshal coverage.
•The start time and finish time that marshals will be expected to cover the venue.
•The length in hours each shift will be required.
•The number of shifts required for each day.
•The total number of hours required.
•The number of marshals required on each venue per shift.
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: £52,975
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
7
This contract is subject to renewal
No
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/PU9VM9EM9P
two.2) Description
two.2.1) Title
Live Sites
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
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 Fire Marshals at Live Sites. The supplier/s will be required to be deliver the below:
•The dates that will require qualified marshal coverage.
•The start time and finish time that marshals will be expected to cover the venue.
•The length in hours each shift will be required.
•The number of shifts required for each day.
•The total number of hours required.
•The number of marshals required on each venue per shift.
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: £64,237
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
7
This contract is subject to renewal
No
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) Description
two.2.1) Title
NEC
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
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 Fire Marshals at NEC. The supplier/s will be required to be deliver the below:
•The dates that will require qualified marshal coverage.
•The start time and finish time that marshals will be expected to cover the venue.
•The length in hours each shift will be required.
•The number of shifts required for each day.
•The total number of hours required.
•The number of marshals required on each venue per shift.
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: £81,625
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
7
This contract is subject to renewal
No
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) Description
two.2.1) Title
Villages
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
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 Fire Marshals at Villages. The supplier/s will be required to be deliver the below:
•The dates that will require qualified marshal coverage.
•The start time and finish time that marshals will be expected to cover the venue.
•The length in hours each shift will be required.
•The number of shifts required for each day.
•The total number of hours required.
•The number of marshals required on each venue per shift.
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: £145,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
7
This contract is subject to renewal
No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
This information is detailed within the procurement documentation
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 within the procurement documentation
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
4 April 2022
Local time
12:00pm
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)
four.2.7) Conditions for opening of tenders
Date
4 April 2022
Local time
12:00pm
Place
Birmingham
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 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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PU9VM9EM9P
GO Reference: GO-202232-PRO-19729331
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