Opportunity

Security Equipment

  • The Organising Committee for the 2022 Birmingham Commonwealth Games Ltd

F02: Contract notice

Notice reference: 2021/S 000-007373

Published 9 April 2021, 12:25pm



Section one: Contracting authority

one.1) Name and addresses

The Organising Committee for the 2022 Birmingham 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

UKG - WEST MIDLANDS (ENGLAND)

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:-Security-equipment./7RR9PT944P

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

Security Equipment

Reference number

PRO.SEC.0002

two.1.2) Main CPV code

  • 35121000 - Security equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Security equipment is required for the Birmingham 2022 Commonwealth Games, briefly comprising X-Ray Equipment, Metal Detection Equipment, Explosive Trace and Detection Equipment, CCTV and Security Rated Fencing. Providers may be responsible for: supply, logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration (where appropriate); de-mobilisation and return to normality.

two.1.5) Estimated total value

Value excluding VAT: £16,084,457

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

Maximum number of lots that may be awarded to one tenderer: 4

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

Tenderers are able to bid for as many or as few of the 6 Lots as they choose except for the following multi-lot bidding exclusions: -

Tenderers bidding for any of: Lot 1, Lot 2 or Lot 5 will not be allowed to bid for any of: Lot 4 or Lot 6.

Tenderers bidding for any of: Lot 4 or Lot 6 will not be allowed to bid for any of: Lot 1, Lot 2 or Lot 5.

two.2) Description

two.2.1) Title

Lot 1 – X-Ray Equipment (Person Items) – Small & Medium X-Ray

Lot No

1

two.2.2) Additional CPV code(s)

  • 33111000 - X-ray devices

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

Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: X-Ray Equipment (Person Items) – Small & Medium X-Ray.

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.

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: £5,286,996

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

Start date

22 September 2021

End date

31 December 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

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/7RR9PT944P

two.2) Description

two.2.1) Title

Lot 2 – Metal Detection Equipment (Walk Through Metal Detectors (WTMD) & Hand-Held Metal Detectors (HHMD)

Lot No

2

two.2.2) Additional CPV code(s)

  • 35124000 - Metal detectors

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

Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: Metal Detection Equipment (Walk Through Metal Detectors (WTMD) & Hand-Held Metal Detectors (HHMD).

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.

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: £943,305

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

Start date

22 September 2021

End date

31 December 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

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/7RR9PT944P

two.2) Description

two.2.1) Title

Lot 3 – Explosive Trace and Detection Equipment (ETD)

Lot No

3

two.2.2) Additional CPV code(s)

  • 38546000 - Explosives detection system

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

Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: Explosive Trace and Detection Equipment (ETD).

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.

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: £106,040

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

Start date

22 September 2021

End date

31 December 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

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/7RR9PT944P

two.2) Description

two.2.1) Title

Lot 4 – CCTV – Temporary, fixed systems & Mobile Deployment Systems

Lot No

4

two.2.2) Additional CPV code(s)

  • 32231000 - Closed-circuit television apparatus
  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system

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

Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: CCTV – Temporary, fixed systems & Mobile Deployment Systems.

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.

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: £4,435,523

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

Start date

22 September 2021

End date

31 December 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

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/7RR9PT944P

two.2) Description

two.2.1) Title

Lot 5 – X-Ray Equipment (Goods and Vehicles) Pallet & Truck X-Rays

Lot No

5

two.2.2) Additional CPV code(s)

  • 33111000 - X-ray devices

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

Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: X-Ray Equipment (Goods and Vehicles) Pallet & Truck X-Rays.

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.

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: £543,092

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

Start date

22 September 2021

End date

31 December 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

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/7RR9PT944P

two.2) Description

two.2.1) Title

Lot 6 – Security Rated Fencing

Lot No

6

two.2.2) Additional CPV code(s)

  • 34928200 - Fences

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

Providers may be responsible for: logistics to/from site; installation & commissioning; training of operator personnel; Games-time maintenance and re-calibration; de-mobilisation of the following items: Security Rated Fencing.

The estimated value is the maximum contract value based on current estimates and due to a level of uncertainty around some of the requirements is not a guarantee of the level of business that will be generated.

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: £4,769,501

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

Start date

22 September 2021

End date

31 December 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

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/7RR9PT944P


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


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 040-095837

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

Date

10 May 2021

Local time

12:00pm

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

26 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.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:-Security-equipment./7RR9PT944P

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/7RR9PT944P

GO Reference: GO-202149-PRO-18059834

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

The Organising Committee for the 2022 Birmingham Commonwealth Games Ltd

One Brindley Place

Birmingham

B1 2JB

Country

United Kingdom