Birmingham 2022 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Birmingham 2022 Commonwealth Games, Games Family, Spectator and Workforce, and Police Transport |
Notice type: | Contract Notice |
Authority: | Birmingham 2022 |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | The requirement is to procure multiple transport streams for OC and partners for the 2022 Commonwealth Games; segmented into three Lots: Lot 1 Games Family Transport for the Birmingham 2022 Organising Committee; Lot 2 Spectator and Workforce Transport on behalf of Transport for the West Midlands; and Lot 3 Police Transport on behalf of West Midlands Police Candidates can apply for one, two, or all three Lots; Qualified Tenderers’ will be able to Tender for one, two, or all three Lots. |
Published: | 09/09/2020 20:02 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 123456789, Email: graham.radcliffe@birmingham2022.com
Contact: Graham Radcliffe
Main Address: https://www.birmingham2022.com/
NUTS Code: UKG
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
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:-Transport-services-%28excl.-Waste-transport%29./D5E42UU53H
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Birmingham 2022 Commonwealth Games, Games Family, Spectator and Workforce, and Police Transport
Reference Number: PRO.TPT.0001
II.1.2) Main CPV Code:
60000000 - Transport services (excl. Waste transport).
MA09-8 - For transport
MA12-7 - For urban transport
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The requirement is to procure multiple transport streams for OC and partners for the 2022 Commonwealth Games; segmented into three Lots:
Lot 1 Games Family Transport for the Birmingham 2022 Organising Committee;
Lot 2 Spectator and Workforce Transport on behalf of Transport for the West Midlands; and
Lot 3 Police Transport on behalf of West Midlands Police
Candidates can apply for one, two, or all three Lots; Qualified Tenderers’ will be able to Tender for one, two, or all three Lots.
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: 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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1, Lot 2, Lot 3
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Games Family Transport for the Birmingham 2022 Organising Committee
Lot No: Lot 1
II.2.2) Additional CPV codes:
60000000 - Transport services (excl. Waste transport).
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Games Family Transport for the Birmingham 2022 Organising Committee
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 20
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/D5E42UU53H
II.2) Description Lot No. 2
II.2.1) Title: Spectator and Workforce Transport on behalf of Transport for the West Midlands
Lot No: Lot 2
II.2.2) Additional CPV codes:
60000000 - Transport services (excl. Waste transport).
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Spectator and Workforce Transport on behalf of Transport for the West Midlands
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 20
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Police Transport on behalf of West Midlands Police
Lot No: Lot 3
II.2.2) Additional CPV codes:
60000000 - Transport services (excl. Waste transport).
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: Police Transport on behalf of West Midlands Police
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 20
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description COMPETITIVE_DIALOGUE
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 - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/10/2020 Time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/11/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 12
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.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.
OC is procuring the Contract using the Competitive Dialogue procedure pursuant to the Public Contracts Regulations2015. OC is mindful of the resource such engagement can involve for both Tenderers and OC itself and accordingly OC has designed a streamlined Competitive Dialogue process. A Selection Questionnaire (SQ) will be issued to all interested potential providers along with a Descriptive Document (DD), and appropriate supporting documentation.
The services will be tendered as three separate Lots with options for Tenderers’ to Tender for one, two, or all three Lots. OC reserves the right to combine Lots and/or amend the structure of the Lots and any documents at any of the stages of this procurement and is not bound to make contact awards for any of the Lots and may terminate the procurement of any or all Lots at its discretion. Any monetary values in this Notice are nominal and are indicative only.
At this point it is envisioned that OC, as lead partner, will be the contracting party for all Lots, with TfWM and WMP being beneficiaries under a Master Bus Services Agreement; this will be finalised during the Tender process.
Contract start/end/duration dates in this Notice are indicative only and may be subject to change at the discretion of the OC.
Presentation
The OC has provisionally planned a Candidate Briefing Webinar to provide further details of the opportunity, date be confirmed, but likely week commencing 21 September 2020. If you are interested in participating in this, please use the Delta messaging system to confirm this no later than 17:00 on 17 September 2020 – please include ‘Webinar’ in the message title.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Transport-services-%28excl.-Waste-transport%29./D5E42UU53H
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/D5E42UU53H
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
London, WC1A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/09/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 123456789, Email: graham.radcliffe@birmingham2022.com
Contact: Graham Radcliffe
Main Address: https://www.birmingham2022.com/
NUTS Code: UKG
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Birmingham 2022 Commonwealth Games, Games Family, Spectator and Workforce, and Police Transport
Reference number: PRO.TPT.0001
II.1.2) Main CPV code:
60000000 - Transport services (excl. Waste transport).
MA09-8 - For transport
MA12-7 - For urban transport
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The requirement is to procure multiple transport streams for OC and partners for the 2022 Commonwealth Games; segmented into three Lots:
Lot 1 Games Family Transport for the Birmingham 2022 Organising Committee;
Lot 2 Spectator and Workforce Transport on behalf of Transport for the West Midlands; and
Lot 3 Police Transport on behalf of West Midlands Police
Candidates can apply for one, two, or all three Lots; Qualified Tenderers’ will be able to Tender for one, two, or all three Lots.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 14,528,800
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Games Family Transport for the Birmingham 2022 Organising Committee
Lot No:Lot 1
II.2.2) Additional CPV code(s):
60000000 - Transport services (excl. Waste transport).
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Games Family Transport for the Birmingham 2022 Organising Committee
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Commercial / Weighting: 40
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
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/D5E42UU53H
II.2) Description (lot no. 2)
II.2.1) Title:Spectator and Workforce Transport on behalf of Transport for the West Midlands
Lot No:Lot 2
II.2.2) Additional CPV code(s):
60000000 - Transport services (excl. Waste transport).
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Spectator and Workforce Transport on behalf of Transport for the West Midlands
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Commercial / Weighting: 40
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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Police Transport on behalf of West Midlands Police
Lot No:Lot 3
II.2.2) Additional CPV code(s):
60000000 - Transport services (excl. Waste transport).
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Police Transport on behalf of West Midlands Police
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Commercial / Weighting: 40
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
II.2.14) Additional information: Not Provided
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: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 178-431089
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/09/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Midland Red (South) Limited, 01556310
One Stockport Exchange, 20 Railway Road, Stockport, SK1 3SW, United Kingdom
NUTS Code: UKG31
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 6,967,106
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: 2
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/09/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Midland Red (South) Limited, 01556310
One Stockport Exchange, 20 Railway Road, Stockport, United Kingdom
NUTS Code: UKG31
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 6,881,622
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: 3
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/09/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Midland Red (South) Limited, 01556310
One Stockport Exchange, 20 Railway Road, Stockport, SK1 3SW, United Kingdom
NUTS Code: UKG31
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 680,072
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=734174786
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London, WC1A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 08/11/2022