Section one: Contracting authority
one.1) Name and addresses
Northern Ireland Housing Executive
2 Adelaide Street
Belfast
BT2 8BP
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
T1552 – TENDER FOR THE PROVISION OF THE CONTINUOUS TENANT OMNIBUS SURVEY (CTOS)
two.1.2) Main CPV code
- 79310000 - Market research services
two.1.3) Type of contract
Services
two.1.4) Short description
The Housing Executive wishes to appoint a research Contractor to conduct the fieldwork for its Continuous Tenant Omnibus Survey (CTOS) during the period January 2021 to 31 December 2021, with options to extend the contract for a further 2 x 12 month periods (or part thereof), subject to satisfactory completion of the work (possible contract period of 3 years). The CTOS was first commissioned in February 1994, to collect information on the Housing Executive's tenants and their households. The information gathered is used to inform strategic and operational decisions in the field of social housing. The CTOS is a major element of the Housing Executive's research programme and is a cornerstone in service delivery in terms of the Northern Ireland Act (1998), “Modernising local government – in touch with people”, The survey supports the Housing Executive’s application for Customer Service Excellence (CSE) and the NI Quality Award and is linked to the Housing Executive’s key strategic objective – ‘Delivering Quality Services’. The survey monitors, quarterly and annually, the level of customer satisfaction with Housing Executive’s services and provides the only comprehensive social, economic and demographic profile of tenants. In the past it was felt that customer orientated attitudinal research conducted by the Housing Executive could be distorted (either positively or negatively) by its timing - for example, if the data collection coincided with a rent increase, or with press coverage of housing issues. The purpose of the continuous nature of this survey is to compensate for such distorting effects.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £375,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79300000 - Market and economic research; polling and statistics
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Housing Executive wishes to appoint a research Contractor to conduct the fieldwork for its Continuous Tenant Omnibus Survey (CTOS) during the period January 2021 to 31 December 2021, with options to extend the contract for a further 2 x 12 month periods (or part thereof), subject to satisfactory completion of the work (possible contract period of 3 years). The CTOS was first commissioned in February 1994, to collect information on the Housing Executive's tenants and their households. The information gathered is used to inform strategic and operational decisions in the field of social housing. The CTOS is a major element of the Housing Executive's research programme and is a cornerstone in service delivery in terms of the Northern Ireland Act (1998), “Modernising local government – in touch with people”, The survey supports the Housing Executive’s application for Customer Service Excellence (CSE) and the NI Quality Award and is linked to the Housing Executive’s key strategic objective – ‘Delivering Quality Services’. The survey monitors, quarterly and annually, the level of customer satisfaction with Housing Executive’s services and provides the only comprehensive social, economic and demographic profile of tenants. In the past it was felt that customer orientated attitudinal research conducted by the Housing Executive could be distorted (either positively or negatively) by its timing - for example, if the data collection coincided with a rent increase, or with press coverage of housing issues. The purpose of the continuous nature of this survey is to compensate for such distorting effects.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This contract will be for the period January 2021 – 31 December 2021 with an option to extend for a further 2 x 12 month periods or part thereof,
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 223-549491
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 January 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
PERCEPTIVE INSIGHT MARKET RESEARCH LTD
109 Bloomfield Avenue
BELFAST
BT5 5AB
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £325,000
Total value of the contract/lot: £375,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Chichester Street
Belfast
BT1 3JF
Country
United Kingdom