Telecommunication Services Tender – Birmingham 2022 Commonwealth Games
Telecommunication services are required to enable both in-venue and Games wide connectivity, critical communications and internet access services.
United Kingdom-Birmingham: Telecommunications services
2019/S 209-510967
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: One Brindley Place, Brindley Place
Town: Birmingham
NUTS code: UKG3
Postal code: B1 2JB
Country: United Kingdom
Contact person: Pamela Kelsall
E-mail: pamela.kelsall@birmingham2022.com
Telephone: +44 7951735849
Address of the buyer profile: https://commonwealthgames.finditinbirmingham.com/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Telecommunication Services for the Birmingham 2022 Commonwealth Games
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Technology is critical to the success of the Birmingham 2022 Commonwealth Games (the ‘Games’). It enables the functionality vital to delivering the Games, together with the ICT services that underpin the operation of other key business functions of the Organising Committee. A key factor for the successful operation of games technology is the provision of best-in-class telecommunications infrastructure and associated services, since these represent the foundation upon which all technology services for the Games are delivered.
Telecommunication services are required to enable both in-venue and Games wide connectivity, critical communications and internet access services for functions such as broadcast TV, sport specific timing and scoring systems, results distribution, website/cloud applications for Games operations and event services.
Further information about the Authority’s requirements can be found in its descriptive document available at www.delta-esourcing.com
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Fixed and Mobile Connectivity Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Midlands.
II.2.4)Description of the procurement:
Fixed and mobile connectivity services, the critical telecommunication services providing diverse WAN connectivity between the venues of the 2022 Commonwealth Games, and encompassing managed internet services, hosted telephony services, separate diverse WAN connectivity for broadcast video and audio, and residential broadband services for the Commonwealth Games Village.
Lot 1 also covers mobile voice and data services, including SIM’s, smartphones and bulk SMS services, which the Birmingham 2022 Organising Committee will require to support its day-to-day business operations. Other related professional services include asset management, customisable on-demand low level usage and billing reporting, and acting as lead operator by establishing a working group with all other mobile operators.
The authority and West Midlands 5G Ltd (‘WM5G’) are collaborating to include a provision relating to 5G technology for the Games. WM5G will, subject to agreement as to terms between WM5G and the appointed Lot 1 supplier, offer value-in-kind support for the appointed Lot 1 supplier to help it develop an exciting new 5G service(s) or event(s) for the Games. This support includes:
— business development to identify, frame and prioritise 5G services and develop use cases for the Games through a nominated WM5G expert,
— access to the 5G application accelerator – a unique facility that WM5G is launching to engage start-ups and scale-ups to develop and test exciting new 5G services and experiences,
— engagement with the WM5G partner network to identify and engage other delivery partners, triallists and other regional stakeholders,
— marketing support – including events – to publicise innovative 5G services and drive engagement.
In addition, WM5G is assessing the potential to provide match funding to accelerate the development of 5G services for the Games. This is subject to further due diligence by WM5G’s funders and agreement with the appointed Lot 1 supplier.
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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Venue Network Integration Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Midlands.
II.2.4)Description of the procurement:
Venue Network Integration Services, as overall prime integrator responsible for network integration of the services provided under Lots 1, 2 and 3, encompassing design authority, deployment, service assurance, end-to-end testing, asset management, operational service management and network management, as well as post-Games decommissioning of all the telecommunications network infrastructure and services deployed to the Games venues.
Lot 2 also covers the supply, installation, break-fix support and decommissioning of structured and fibre optic cabling infrastructure across all venues on the B2022 network. This includes the supply and installation of structured cabling (ethernet), optic fibre cabling, cable management, cabinets and UPS for network equipment, and related professional services including low level designs for venues, installation wireless access points and IP telephones, and operational break-fix support.
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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Venue Network Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Midlands.
II.2.4)Description of the procurement:
Venue Network Equipment covers the supply of all physical hardware and devices required for communication and interaction between devices on the B2022 network, including supply of Enterprise LAN switching equipment, edge routers, WLAN access points, firewall systems, intrusion detection systems, IPT handsets and professional services such as design assurance, advanced replacements and vendor technical support.
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
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.
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. Events will take place from 27.7.2022 to 7.8.2022 in venues across Birmingham and the West Midlands. London’s Olympic velodrome will also be utilised.
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 Authority 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 Authority’s obligations under the Act, whereby information provided by tenderers in response to this advertisement may be requested by a third party.
The authority 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 it’s response;
(iii) to exclude a tenderer from the procurement process if it is subsequently determined that any information supplied by that tenderer 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 authority 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 procurement process.
It is estimated that the contract value range is 7 980 000 GBP to 10 400 000 GBP. The upper end of the estimated value range is based on proven approaches and existing technologies used during past major events. However, acknowledging that the technology space is ever-changing in response to evolving client needs, emerging new technologies and changing end-user behaviour, the authority is open to considering innovative solutions for delivering the required telecommunications services, which are more cost efficient and represent better value for money. It should be noted that the authority is encouraging innovative approaches in a parallel procurement for host broadcasting services which could potentially impact the scope of provision for, and hence the value of, the Lot 1 services. This will be discussed with the Lot 1 tenderers in the dialogue phase of the procurement.
Candidates will have the option to apply for any or all of the Lots, subject to meeting the requirements outlined in the procurement documents.
Candidates who are successful at the selection stage for all of the lots, will have the option to submit a commercial offer on an individual lot basis, a multi-lot basis combing all 3 lots, or both. Accordingly, the authority reserves the right to award a contract combining the 3 lots, in the event that a multi-lot bid, taken as a whole, scores higher against the award criteria stated in the procurement documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Telecommunications-services./3S9W26D3D9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3S9W26D3D9
GO Reference: GO-20191025-PRO-15512592
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: