web-banner-marketing2

Market Leads & Opportunities

UK-Birmingham: Lighting systems.

Type of document: Contract Notice
Country: United Kingdom

UK-Birmingham: Lighting systems.
Section I: Contracting Authority
I.1) Name and addresses
Birmingham 2022
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 7951735849, Email: mohammed.yahiah@birmingham2022.com
Contact: Mohammed Yahiah
Main Address:
NUTS Code: UKI
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:
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: VDO.OVY.012 Broadcast Lighting Works
Reference Number: Not provided
II.1.2) Main CPV Code:
31527260 – Lighting systems.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Broadcast Lighting Works provider shall be responsible for the delivery of the following: Broadcast Lighting for Field of Play (FOP) and Sports Lighting for Warm up and Host Broadcast Lighting requirements for mixed zones, hot seat and press conference facilities.

All equipment will be on a rental basis for a defined use period per venue, the supplier will be responsible for:
-Overall Manufacturing / Fabrication
-Engineering
-Procurement
-Design
-Supply
-Delivery
-Construction
-Installation
-Assembly
-Testing
-Commissioning
-Maintenance
-Repair
-Replacement
-Support
-Decommissioning
-Removal of Broadcast Lighting (with all related accessories), and all remediation relating thereto

Broadcast Lighting is required at the majority of venues, the requirements per venue are documented in the scope of services.
II.1.5) Estimated total value:
Value excluding VAT: 4,300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
31000000 – Electrical machinery, apparatus, equipment and consumables; Lighting.
31500000 – Lighting equipment and electric lamps.
31527270 – Platforms lighting.
32210000 – Broadcasting equipment.

II.2.3) Place of performance:
UKI LONDON
UKG3 West Midlands

II.2.4) Description of procurement: The Broadcast Lighting provider shall be responsible for the delivery of the following: Broadcast Lighting for Field of Play (FOP) and Sports Lighting for Warm up and Host Broadcast Lighting requirements for mixed zones, hot seat and press conference facilities.

All equipment will be on a rental basis for a defined use period per venue, the supplier will be responsible for:
-Overall Manufacturing / Fabrication
-Engineering
-Procurement
-Design
-Supply
-Delivery
-Construction
-Installation
-Assembly
-Testing
-Commissioning
-Maintenance
-Repair
-Replacement
-Support
-Decommissioning
-Removal of Broadcast Lighting (with all related accessories), and all remediation relating thereto

Broadcast Lighting is required at the majority of venues, the requirements per venue are documented in the scope of services.
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: 4,300,000
Currency: GBP
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: 3
/ 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:
This information is detailed in the Procurement Documentation
III.1.2) Economic and financial standing
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.1.3) 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.2.2) 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 NEGOTIATED
IV.1.1) Type of procedure:

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: Yes.
IV.1.5) Information about negotiation: Yes.
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: Yes
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: 20/11/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/12/2021
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.

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 determined that any information supplied is/was inaccurate, incomplete or untrue and is/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.
(vi) to award this contract to the second place tenderer if negotiations cannot be concluded, at the OC’s discretion, with the first place tenderer or the first place tenderer becomes insolvent and/or suffers financial distress.
(vii) to award further works in accordance with reg. 32(9) Public Contracts Regulations.

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

To respond to this opportunity, please click here:

VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
London, London, WC1A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Birmingham 2022
One Brindley Place, Birmingham, B12JB, 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 lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 16/10/2020

Annex A