< Previous Notices Next Notice >
UK-Birmingham: Business services: law, marketing, consulting, recruitment, printing and security.
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Birmingham Organising Committee for the 2022 Commonwealth Games Limited One BrindleyPlace, Birmingham, B1 2JB, United Kingdom Tel. +44 2072112213, Email: procurement@birmingham2022.com Contact: Procurement Team Main Address: https://www.birmingham2022.com/ NUTS Code: UKG31
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: B2022 Professional Services Supplier
Reference number: 101293
II.1.2) Main CPV code:
79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Birmingham 2022 Organising Committee (OC) require an established professional services firm to support in a number of key areas relating to both the planning and delivery of the 2022 Commonwealth Games, as well as set-up and operation of the OC itself. This includes (but is not limited to) audit, finance, tax, workforce, procurement, programme management, and other categories. It is likely to include provision of secondees and/or short-term embedded resource.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,300,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
79212000 - Auditing services.
79212200 - Internal audit services.
79221000 - Tax consultancy services.
79418000 - Procurement consultancy services.
79414000 - Human resources management consultancy services.
72224000 - Project management consultancy services.
II.2.3) Place of performance
Nuts code:
UKG31 - Birmingham
Main site or place of performance:
Birmingham
II.2.4) Description of the procurement: The Organising Committee (OC) require an established professional services firm to support in a number of key areas relating to both the planning and delivery of the 2022 Commonwealth Games, as well as set-up and operation of the OC itself. The nature of the OC means many requirements have not yet been identified and quantified, and many will change over the lifecycle of the OC. The OC seeks to put in place an overarching agreement with a professional services firm that can offer flexibility, under terms defined in the agreement, to respond to the changing requirements of the OC. The areas of professional service categories that are required to support the OC include but are not limited to:
¿Internal audit
¿Taxation
¿Financial Advisory (including Dissolution)
¿Workforce Advisory
¿Programme Management
¿Procurement
¿Secondees
¿Short-term embedded resource
¿Other specialisms
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:This includes the option to extend the contract for a further 12 months.
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 note: This procurement process is being undertaken by the OC in partnership with CGF Partnerships Ltd (CGFP).
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive procedure with negotiation
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 18-38496
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: 28/10/2019
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
PricewaterhouseCoopers LLP 1 Embankment Place, London, WC2N 6RH, United Kingdom NUTS Code: UKI
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: 1,300,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The Agreement is on a call-off basis so actual value may differ. To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=447497030
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
Royal Courts of Justice London, WC1A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: OJEU procedures include a minimum 10 calendar days standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the Contract is entered into. If an appeal regarding the award of a Contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 15/11/2019
< Previous Notices Next Notice >
|