web-banner-marketing2

Market Leads & Opportunities

UK-Birmingham: Sports goods and equipment.

Type of document: Contract Notice
Country: United Kingdom

UK-Birmingham: Sports goods and equipment.
Section I: Contracting Authority
I.1) Name and addresses
Birmingham Organising Committee for the 2022 Commonwealth Games Ltd
One Brindley Place, Birmingham, B1 2JB, United Kingdom
Tel. +44 7951735849, Email: Charlotte.Davidson@birmingham2022.com
Contact: Charlotte Davidson
Main Address: , Address of the buyer profile:
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:
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via 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:
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: Gymnastics Equipment & Associated Services
Reference Number: PRO.SPT.0001
II.1.2) Main CPV Code:
37400000 – Sports goods and equipment.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Birmingham 2022 Commonwealth Games Organising Committee (the “OC”), is seeking to appoint ‘Fédération Internationale de Gymnastique’ (FIG) approved Supplier(s) for the provision of Sport Equipment for the Field of Play, Warm Up and Training areas for the sport of Gymnastics at Birmingham 2022. The Scope of Goods and Services is related to the procurement of ‘Gymnastics Specific Equipment’ for Men’s & Women’s Artistic Gymnastics and Rhythmic Gymnastics.

The provision of the Gymnastics Equipment will be through Hire (Lot 1) and Purchase (Lot 2), along with the provision of associated Services which includes the planning, delivery, installation, field of play transition, maintenance and removal of the Gymnastics Equipment. This will cover the provision of Gymnastics Equipment for the Birmingham 2022 Commonwealth Games. Full details of the Lot 1 and Lot 2 Gymnastic Equipment and Services are provided within the procurement documentation.
II.1.5) Estimated total value:
Value excluding VAT: 450,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Suppliers can provide submissions for either or both Lots e.g. Lot ONE (1) and/or Lot TWO (2).

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Hire of Gymnastics Equipment & Associated Services (Lot 1)
Lot No: 1
II.2.2) Additional CPV codes:
37422000 – Gymnastic bars or beams.
37422100 – Gymnastic bars.
37422200 – Gymnastic beams.
37423000 – Gymnastic ropes or rings or climbing accessories.
37423100 – Gymnastic ropes.
37423200 – Gymnastic rings.
37423300 – Gymnastic climbing accessories.
37424000 – Gymnastic vaulting equipment.
37425000 – Gymnastic trampolines.

II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)

II.2.4) Description of procurement: Lot 1 is for the Hire of Artistic and Rhythmic Gymnastics Equipment, and the provision of associated services for the Birmingham 2022 Commonwealth Games. The Supplier MUST be ‘Fédération Internationale de Gymnastique’ (FIG) Certified. The FIG certified Supplier must only provide FIG Approved Gymnastic Equipment for both Artistic and Rhythmic Gymnastics.

The high-profile nature of the Birmingham 2022 Commonwealth Games Gymnastics competition, coupled with extensive broadcast coverage, makes it imperative that the Supplier has the capability to provide technical services and support pre-Games, during the period of the Games (28th July to 8th August) and post-Games. This is in order to assist with the competition, warm up venue and training venue installations, operations and de-installations.
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: 430,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/12/2020 / End: 30/09/2022
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Ref: Anchoring Systems; the OC are currently in the process of identifying the Gymnastics Games Time Training Venue. We will require submissions for Lot 1 to include the following two options for our consideration:

OPTION (1):
Provision of a floor embedded and implanted anchoring system allowing for apparatus to be connected to multiple floor fixing points.

OPTION (2):
Provision of a temporary concrete block anchoring system which will sit above the floor and provide apparatus anchoring points. This system is fully removable and will not require any permanent works or alternations to the existing Venue floor.
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:
II.2) Description Lot No. 2

II.2.1) Title: Purchase of Rhythmic Gymnastic Equipment, and Associated Services (Lot 2)
Lot No: 2
II.2.2) Additional CPV codes:
37422000 – Gymnastic bars or beams.
37422100 – Gymnastic bars.
37422200 – Gymnastic beams.
37423000 – Gymnastic ropes or rings or climbing accessories.
37423100 – Gymnastic ropes.
37423200 – Gymnastic rings.
37423300 – Gymnastic climbing accessories.
37424000 – Gymnastic vaulting equipment.
37425000 – Gymnastic trampolines.

II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)

II.2.4) Description of procurement: Lot 2 is for the Purchase of Rhythmic Gymnastics Equipment, this includes balls, ribbons and hoops etc, along with the relevant associated services for the Birmingham 2022 Commonwealth Games. The Supplier MUST be ‘Fédération Internationale de Gymnastique’ (FIG) Certified. The FIG certified Supplier must only provide FIG Approved Gymnastic Equipment for Rhythmic Gymnastics.
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: 20,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/12/2020 / End: 30/09/2022
This contract is subject to renewal: No
Description of renewals: 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:
The Supplier(s) MUST be ‘Fédération Internationale de Gymnastique’ (FIG) Certified. The FIG certified Supplier must only provide FIG Approved Gymnastic Equipment for Artistic and Rhythmic Gymnastics, in accordance with the specific requirements of each Lot.
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
List and brief description of selection criteria:
The Supplier(s) MUST be ‘Fédération Internationale de Gymnastique’ (FIG) Certified. The FIG certified Supplier must only provide FIG Approved Gymnastic Equipment for Artistic and Rhythmic Gymnastics, in accordance with the specific requirements of each Lot.
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 OPEN
IV.1.1) Type of procedure: Open

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.1.6) 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: 2020/S 56 – 134530
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/09/2020 Time: 12:00

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): 4

IV.2.7) Conditions for opening of tenders:
Date: 11/09/2020
Time: 12:00

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 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.
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, WC1A 2LL, United Kingdom
Tel. +44 2079476000
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: 07/08/2020

Annex A