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
Telephone
+44 7951735849
Country
United Kingdom
NUTS code
UKG3 - West Midlands
National registration number
11120160
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
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
CCTV – Temporary, fixed systems & Mobile Deployment Systems
Reference number
PRO.SEC.002
two.1.2) Main CPV code
- 32231000 - Closed-circuit television apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
Security equipment is required for the Birmingham 2022 Commonwealth Games, briefly comprising CCTV - Temporary, fixed systems & Mobile Deployment Systems. 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: £5,363,320
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32234000 - Closed-circuit television cameras
- 32235000 - Closed-circuit surveillance system
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
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 contract value is based on current known requirements.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 February 2022
End date
31 December 2022
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.1.2) 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
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
5 January 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
5 January 2022
Local time
12:01pm
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
CCTV System Additional Requirements
The OC have additional requirements to be integrated into the CCTV system that are currently being scoped and are reliant on key decisions to be made between OC senior management and West Midlands Police.
Once the key decisions have been made, the requirements will be scoped and defined by Security’s Design Service Provider (DSP). The successful Supplier will be tasked with a Contract Variation Change Request to include the additional requirements within the scope of the CCTV system.
The broad scope of the requirements is as follows:
-Perimeter Intrusion Detection (PID) solution is to be implemented into the CCTV system for all Tier 1 and Tier 2 venues.
-Patching incumbent venue CCTV system camera views from the venue Security Operations Centre (SOC) to the Organising Committee Event Control Room (ECR). Number of cameras is to be defined.
-Patching the Pedestrian Search Area (PSA) and Vehicle Search Area (VSA) camera feeds to the Games Time Operations Centre (GOC) from Alexander Stadium, Coventry Stadium & Arena, Smithfield, Victoria Square (Birmingham), Arena Birmingham, University of Birmingham, Edgbaston Stadium, The NEC. Number of camera’s is to be defined.
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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7MKQ8Y8595
GO Reference: GO-20211129-PRO-19312321
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