Signage and Wayfinding Tender
Overall planning of look, wayfinding and signage scope and programme for Birmingham 2022 Commonwealth Games.
United Kingdom-Birmingham: Specialty design services
2020/S 125-307322
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: One Brindley Place
Town: Birmingham
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Postal code: B1 2JB
Country: United Kingdom
Contact person: Charlotte Davidson
E-mail: Charlotte.Davidson@birmingham2022.com
Telephone: +44 7951735849
Address of the buyer profile: https://commonwealthgames.finditinbirmingham.com/
I.1)Name and addresses
Postal address: Please refer to Section II.2.4
Town: Please refer to Section II.2.4
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Postal code: Please ref
Country: United Kingdom
E-mail: charlotte.davidson@birmingham2022.com
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Look, Signage and Wayfinding
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Provision of comprehensive overall planning, project management, design, production and delivery of the Look of the Games (LOK) and Wayfinding/Signage (SIG) programmes for the Birmingham Organising Committee for the 2022 Commonwealth Games Ltd (‘the OC’) in relation to the Birmingham 2022 Commonwealth Games (‘the Games’) with supplier resources embedded within the OC as required. Further information is provided in II.2.4) and in the procurement documents.
The opportunity will also include provision for third party Non-Commercial Organisations (NCOs) to purchase Look and Wayfinding assets and services from the supplier. Further information is provided in section VI.3) and in the procurement documents.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
WEST MIDLANDS (ENGLAND).
II.2.4)Description of the procurement:
71 Commonwealth nations and territories are expected to participate in the XXII Commonwealth Games, which is one of the world’s largest multi-sport events, bringing together over 4 000 of the world’s elite athletes every 4 years, in an 11-day festival of sport and culture. The Birmingham 2022 Commonwealth Games will be held in venues across Birmingham and the West Midlands from 28 July until 8 August 2022. London’s Olympic velodrome will also be utilised.
The principle role of the Look, Wayfinding and Signage supplier will be to provide comprehensive overall planning, project management, design, production and delivery of the Look of the Games (LOK) and Wayfinding/Signage (SIG) programmes for the Birmingham Organising Committee for the 2022 Commonwealth Games Ltd (‘the OC’) in relation to the Birmingham 2022 Commonwealth Games (‘the Games’) with supplier resources embedded within the OC as required. The supplier will be responsible for:
• overall planning of look, wayfinding and signage scope and programme;
• providing embedded resources for design, planning, project management and delivery, including design, kits of parts, application and location plans, budgets and scope management;
• managing the OC functional area resource scoping towards establishing the look, wayfinding and signage scope at each venue for the Games, in line with the approved budget and programme constraints, and gain OC sign-off for delivery;
• providing and managing the delivery of the goods and services through the provision of a database management software tool
• procurement and fabrication/manufacturing;
• design, engineering and regulatory compliance;
• logistics, supply, delivery, storage, installation, assembly, testing, commissioning;
• games operations, maintenance, repair/replacement and support;
• decommissioning; removal, remediation and recycling.
The opportunity will also include provision for third party customers who are Non-Commercial Organisations (NCOs) to purchase look and wayfinding assets and services through the successfully appointed supplier contract. Each third party purchaser NCO will be required to enter into a contract with the successful supplier on substantially the same terms as the contract between the successful supplier and the OC. Further information on the OC’s requirements can be found in the additional notes section VI.3) and in the procurement documents available at www.deltaesourcing.com
As stated in section, II.1.5) it is estimated that the contract value range for the Birmingham 2022 games is GBP 7 500 000 to GBP 9 500 000. This value includes the look, wayfinding and signage scope as outlined within this notice for Birmingham 2022, which is estimated at GBP 4 000 000 to GBP 5 000 000 and access to the resulting contract for other contracting authorities as described in the following paragraph, which is estimated at GBP 3 500 000 to GBP 4 500 000.
The contract will be available to public sector bodies throughout the UK and their associated bodies and agencies, local authorities, organisations in the voluntary sector in the UK, charities in the UK, educational establishments in the UK and/or other private organisations in the UK acting as managing agents or procuring on behalf of the public sector delivering services of a public nature. The objective of the Non-Commercial Organisations’ (NCOs) access to this contract is to facilitate NCOs purchasing Birmingham 2022 Look and Wayfinding assets and associated supplier services such as scoping, installation and removal, that fall outside the scope of the OC’s responsibility.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
These criteria are set out in the procurement documents available at www.deltaesourcing.com
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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. 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.
There will be the opportunity through this procurement for tenderers to participate in discussions with CGF Partnerships Ltd (‘CGFP’), which is a joint venture established between the Commonwealth Games Federation and Sportfive UK Ltd, in relation to a potential opportunity for the successful supplier to provide equivalent goods and services at subsequent editions of the Commonwealth Games in 2026 and 2030. The host cities for 2026 and 2030 editions are not as yet identified. The opportunity would be set out in a multi-games option agreement (Option Agreement) to be entered into between CGFP and the successful tenderer under which CGFP may in its sole discretion require the successful tenderer to provide the equivalent goods and services in relation to the 2026 and/or 2030 Games. If CGFP exercises its option under the option agreement in respect of the 2026 and/or 2030 editions of the Games, the successful tenderer would be required to enter into an agreement with the organising committee established for the relevant edition of the games for the provision of the equivalent goods and services.
However, in the event that the CGFP determines that there is insufficient economic benefit and/or supplier interest in letting an agreement with options to extend for 2026 and 2030 games, or if the successful tenderer is not interested in the opportunity or in concluding an option agreement with CGFP, the successful tenderer will enter into a contract with the OC only in respect of the goods and services to be provided in relation to the 2022 Games only.
As previously noted, the evaluation for look, wayfinding and signage for the Birmingham 2022 Games in this procurement will be on the basis of the requirements for Birmingham 2022 Games only, and there shall be no obligation on or disadvantage to tenderers in respect of them not wishing to take up the potential multi-games opportunity in relation to 2026 and 2030 editions of the Games or not agreeing to enter into an option agreement with CGFP.
It is estimated that the aggregate contract value for the 2022 Games and subsequent editions of the Games in 2026 and 2030 will be GBP 22 500 000 to GBP 28 500 000, depending on whether CGFP exercises its option as summarised above in relation to one or both of the Games in 2026 and 2030. Each subsequent edition of the Games has an estimated contract value of GBP 7 500 000 to GBP 9 500 000.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Speciality-design-services./8H67764W3V
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8H67764W3V
GO Reference: GO-2020629-PRO-16777366
VI.4.1)Review body
Town: London
Postal code: WC1A 2LL
Country: United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice: