Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Venue Overlay Turnkey

  • First published: 26 August 2020
  • Last modified: 26 August 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
Authority ID:
AA77293
Publication date:
26 August 2020
Deadline date:
22 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Overlay Turnkey supplier will provide all services and goods required for a cluster of venues for all the commodities detailed within the scope of services which are:

• tents,

• seating,

• cabins,

• scaffolding,

• fencing,

• groundworks/civil works/ service connections,

• internal build out,

• containment,

• rigging,

•technology support structures,

• media tribunes,

• trackway,

• exhibition equipment,

• portable toilets,

• shipping containers,

• site lighting,

• saunas,

• and venue specific projects.

In addition to the design, supply, delivery, games time maintenance, installation and removal of the commodities listed, the Venue Overlay Turnkey supplier responsibilities will include:

• acting as the Principal Contractor under UK CDM 2015 Regulations,

• centrally managing the Venue Integrated Schedules (VIS),

• centrally coordinating building control permit applications, budget and scope management,

• and complying with OC controlled change management process.

Lot 1 comprises the following venues:

Sandwell Aquatics Centre

University of Birmingham Precinct

University of Birmingham – Hockey

University of Birmingham — Squash

Athletes village.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Birmingham Organising Committee for the 2022 Commonwealth Games Ltd

One Brindley Place

Birmingham

B12JB

UK

Contact person: Madeleine Townend

Telephone: +44 7951735849

E-mail: Madeleine.townend@birmingham2022.com

NUTS: UKG3

Internet address(es)

Main address: http://www.birmingham2022.com

Address of the buyer profile: http://www.birmingham2022.com

I.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:-Recreational%2C-cultural-and-sporting-services./7PR3N595W7


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Recreational%2C-cultural-and-sporting-services./7PR3N595W7


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Recreation, culture and religion

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Venue Overlay Turnkey

Reference number: PRO.VDO.0007

II.1.2) Main CPV code

92000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Birmingham Organising Committee for the 2022 Commonwealth Games requires temporary venue overlay services, which refers to all of the temporary infrastructure and hired commodities required to support a particular facility or venue, including but not limited to temporary seating, tents, cabins, staging, power, fencing, flooring, lighting, signage etc. The OC is looking for a turnkey provider(s) to provide the entire services as described above, including the provision of a principal contractor and principal designer service working within CDM Regulations.

II.1.5) Estimated total value

Value excluding VAT: 50 000 000.00  GBP

II.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: 2

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

As set out in the procurement documents.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Cluster 1

II.2.2) Additional CPV code(s)

39522530

39111000

34928200

44211110

44212310

44212317

44112000

44210000

44212320

45212221

31518200

31527260

31527270

45211370

II.2.3) Place of performance

NUTS code:

UKG


Main site or place of performance:

WEST MIDLANDS (ENGLAND).

II.2.4) Description of the procurement

The Overlay Turnkey supplier will provide all services and goods required for a cluster of venues for all the commodities detailed within the scope of services which are:

• tents,

• seating,

• cabins,

• scaffolding,

• fencing,

• groundworks/civil works/ service connections,

• internal build out,

• containment,

• rigging,

•technology support structures,

• media tribunes,

• trackway,

• exhibition equipment,

• portable toilets,

• shipping containers,

• site lighting,

• saunas,

• and venue specific projects.

In addition to the design, supply, delivery, games time maintenance, installation and removal of the commodities listed, the Venue Overlay Turnkey supplier responsibilities will include:

• acting as the Principal Contractor under UK CDM 2015 Regulations,

• centrally managing the Venue Integrated Schedules (VIS),

• centrally coordinating building control permit applications, budget and scope management,

• and complying with OC controlled change management process.

Lot 1 comprises the following venues:

Sandwell Aquatics Centre

University of Birmingham Precinct

University of Birmingham – Hockey

University of Birmingham — Squash

Athletes village.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 17 000 000.00  GBP

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

Duration in months: 16

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2: Cluster 2

II.2.2) Additional CPV code(s)

39522530

39111000

34928200

44211110

44212310

44112000

44210000

44212317

45212221

31518200

31527260

31527270

45211370

II.2.3) Place of performance

NUTS code:

UKG


Main site or place of performance:

WEST MIDLANDS (ENGLAND)

II.2.4) Description of the procurement

The Overlay Turnkey supplier will provide all services and goods required for a cluster of venues for all the commodities detailed within the scope of services which are:

• tents,

• seating,

• cabins,

• scaffolding,

• fencing,

• groundworks/civil works/service connections,

• internal build out,

• containment,

• rigging,

• technology support structures,

• media tribunes,

• trackway,

• exhibition equipment,

• portable toilets,

• shipping containers,

• site lighting,

• saunas,

• and venue specific projects.

In addition to the design, supply, delivery, games time maintenance, installation and removal of the commodities listed, the Venue Overlay Turnkey supplier responsibilities will include:

• acting as the Principal Contractor under UK CDM 2015 Regulations,

• centrally managing the Venue Integrated Schedules (VIS),

• centrally coordinating Building Control permit applications, budget and scope management,

• and complying with OC controlled change management process.

Lot 2 comprises the following venues:

Alexander Stadium

Coventry Arena/Coventry Stadium

Arena Birmingham

NEC Arena

NEC Hall 1, Hall 2, Hall 3, Hall 4, Hall 5

NEC Precinct

Lee Valley Velodrome.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 17 000 000.00  GBP

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

Duration in months: 16

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot 3: Cluster 3

II.2.2) Additional CPV code(s)

39522530

39111000

34928200

45211370

31518200

31527260

31527270

44112000

44210000

44212320

44212310

44212317

II.2.3) Place of performance

NUTS code:

UKG


Main site or place of performance:

WEST MIDLANDS (ENGLAND).

II.2.4) Description of the procurement

The Overlay Turnkey supplier will provide all services and goods required for a cluster of venues for all the commodities detailed within the scope of services which are:

• tents,

• seating,

• cabins,

• scaffolding,

• fencing,

• groundworks/civil works/service connections,

• internal build out,

• containment,

• rigging,

• technology support structures,

• media tribunes,

• trackway,

• exhibition equipment,

• portable toilets,

• shipping containers,

• site lighting,

• saunas,

• and venue specific projects.

In addition to the design, supply, delivery, games time maintenance, installation and removal of the commodities listed, the Venue Overlay Turnkey supplier responsibilities will include:

• acting as the principal contractor under UK CDM 2015 Regulations,

• centrally managing the Venue Integrated Schedules (VIS),

• centrally coordinating Building Control permit applications, budget and scope management,

• and complying with OC controlled change management process.

Lot 3 comprises the following venues:

Cannock Chase

Sutton Park

Victoria Park

Smithfield Precinct

Smithfield – Beach Volleyball

Smithfield — 3x3 Basketball

Edgbaston Cricket Ground

Warwick – Cycling Road Race

Wolverhampton West Park — Cycling Time Trial

Uniform and Accreditation Centre

Transport Sites.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 17 000 000.00  GBP

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

Duration in months: 16

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.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

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 22/09/2020

Local time: 12:00

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

Date: 22/10/2020

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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.

It is estimated that this framework has a total value of GBP 50 m-GBP 60 m, split across the 3 lots.

The OC and/or CGFP may enter into discussions with bidders during this procurement process on the possibility of a multi-games (more than one games) contract.

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.

The OC may enter into discussions with bidders during this procurement process on the possibility of a multi-games (3 games) contract. However, this is not mandatory and the evaluation of any tender submissions for this procurement will be based solely on the Birmingham 2022 Commonwealth Games and the criteria set out in the tender documents.

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

https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Recreational%2C-cultural-and-sporting-services./7PR3N595W7

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/7PR3N595W7

Go reference: GO-2020821-PRO-16973835

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

WC1A 2LL

UK

Telephone: +44 2079476000

VI.5) Date of dispatch of this notice

21/08/2020

Coding

Commodity categories

ID Title Parent category
44211110 Cabins Prefabricated buildings
45212221 Construction work in connection with structures for sports ground Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45211370 Construction works for saunas Construction work for multi-dwelling buildings and individual houses
31518200 Emergency lighting equipment Signalling lights
34928200 Fences Road furniture
31527260 Lighting systems Spotlights
44112000 Miscellaneous building structures Construction materials
44212320 Miscellaneous structures Structural products and parts except prefabricated buildings
31527270 Platforms lighting Spotlights
92000000 Recreational, cultural and sporting services Other Services
44212310 Scaffolding Structural products and parts except prefabricated buildings
44212317 Scaffolding structures Structural products and parts except prefabricated buildings
39111000 Seats Seats, chairs and related products, and associated parts
44210000 Structures and parts of structures Structural products
39522530 Tents Tarpaulins, sails for boats, sailboards or land craft, awnings, sunblinds, tents and camping goods

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Madeleine.townend@birmingham2022.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.