Opportunity

Front of House Contract Stewarding

  • The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd

F02: Contract notice

Notice reference: 2021/S 000-005992

Published 24 March 2021, 4:32pm



Section one: Contracting authority

one.1) Name and addresses

The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd

One Brindley Place

Birmingham

B1 2JB

Contact

Sam Turner

Email

sam.turner@birmingham2022.com

Telephone

+44 7951735849

Country

United Kingdom

NUTS code

UKG3 - West Midlands

Internet address(es)

Main address

www.birmingham2022.com

Buyer's address

www.birmingham2022.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:-Event-services./7273F24XZ7

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 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

Front of House Contract Stewarding

Reference number

VEN.EVS.001

two.1.2) Main CPV code

  • 79952000 - Event services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract opportunity is for the provision of Stewards at the Birmingham 2022 Commonwealth Games. Stewards

are responsible for the safety and service of the spectator client group and as such are responsible for delivering the

core key functions of crowd management, stewarding, ushering, ticket checking, access monitoring and the provision

of spectator information and support services on venue.

two.1.5) Estimated total value

Value excluding VAT: £2,875,000

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: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Suppliers are able to bid for any lots and may win up to 3 lots, but no bidder is able to win lot 3 and lot 4.

two.2) Description

two.2.1) Title

Lot 1 - Greenfield Venues

Lot No

1

two.2.2) Additional CPV code(s)

  • 75241000 - Public security services
  • 79710000 - Security services
  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
Main site or place of performance

West Midlands

two.2.4) Description of the procurement

This Lot covers Stewarding requirements (SIA & NVQ qualified) at the following venues:

West Park - Wolverhampton

St Nicholas Park - Warwickshire

Sutton Park - Sutton Coldfield

Cannock Chase - Staffordshire

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: £75,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 September 2021

End date

30 September 2022

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:

As set out in the procurement documents.

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

The Contracting Authority reserves the right to award contract(s) on the basis on the initial tenders only, without further negotiation.

two.2) Description

two.2.1) Title

Lot 2 - Victoria Park

Lot No

2

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff
  • 75241000 - Public security services
  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
Main site or place of performance

West Midlands

two.2.4) Description of the procurement

This Lot covers Stewarding requirements (SIA & NVQ qualified) at the following venues:

Victoria Park - Royal Leamington Spa

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: £250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 September 2021

End date

30 September 2022

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:

As set out in the procurement documents.

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

The Contracting Authority reserves the right to award contract(s) on the basis on the initial tenders only, without further negotiation.

two.2) Description

two.2.1) Title

Lot 3 - City Venues

Lot No

3

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff
  • 75241000 - Public security services
  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
Main site or place of performance

West Midlands

two.2.4) Description of the procurement

This Lot covers Stewarding requirements (SIA & NVQ qualified) at the following venues:

Smithfield - Birmingham City Centre

University of Birmingham

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: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 September 2021

End date

30 September 2022

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:

As set out in the procurement documents.

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

The Contracting Authority reserves the right to award contract(s) on the basis on the initial tenders only, without further negotiation.

two.2) Description

two.2.1) Title

Lot 4 - Birmingham Stadia

Lot No

4

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff
  • 75241000 - Public security services
  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
Main site or place of performance

West Midlands

two.2.4) Description of the procurement

This Lot covers Stewarding requirements (SIA & NVQ qualified) at the following venues:

Alexander Stadium

Sandwell Aquatics Centre

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: £1,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 September 2021

End date

30 September 2022

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:

As set out in the procurement documents.

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

The Contracting Authority reserves the right to award contract(s) on the basis on the initial tenders only, without further negotiation.

two.2) Description

two.2.1) Title

Lot 5 - Mobile Response Team

Lot No

5

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff
  • 75241000 - Public security services
  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
Main site or place of performance

West Midlands

two.2.4) Description of the procurement

Lot 5 will be a centrally based group of four response teams comprising of approximately 12 members each able to provide stewarding support, at the request of B2022 Games Operations Management, to be deployed to assist with unforeseen events or peaks of activity at venues and across the wider Games Operations. The teams will be a mix of SIA licensed and NVQ 2 certified stewards under the leadership of a Supervisor and/or Supplier Company Representative.

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: £350,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 September 2021

End date

30 September 2022

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:

As set out in the procurement documents.

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

The Contracting Authority reserves the right to award contract(s) on the basis on the initial tenders only, without further negotiation.


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

As set out in the procurement documents.

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

As set out in the procurement documents.


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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 228-563017

four.2.2) Time limit for receipt of tenders or requests to participate

Date

23 April 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 May 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: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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/

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Event-services./7273F24XZ7

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/7273F24XZ7

GO Reference: GO-2021324-PRO-17978923

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC1A 2LL

Telephone

+44 2079476000

Country

United Kingdom