- Scope of the procurement
- Lot 1 – X-Ray Equipment (Person Items) – Small & Medium X-Ray
- Lot 2 – Metal Detection Equipment (Walk Through Metal Detectors (WTMD) & Hand-Held Metal Detectors (HHMD)
- Lot 3 – Explosive Trace and Detection Equipment (ETD)
- Lot 4 – CCTV – Temporary, fixed systems & Mobile Deployment Systems
- Lot 5 – X-Ray Equipment (Goods and Vehicles) Pallet & Truck X-Rays
- Lot 6 – Security Rated Fencing
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
Telephone
+44 7951735849
Country
United Kingdom
NUTS code
UKG - WEST MIDLANDS (ENGLAND)
Internet address(es)
Main address
Buyer's address
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