Section one: Contracting authority
one.1) Name and addresses
Department of Finance, Land and Property Services
Lanyon Plaza, 7 Lanyon Place, Townparks
BELFAST
BT1 3LP
Contact
ssdadmin.cpdfinance-ni.gov.uk
ssdadmin.cpd@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DoF - LPS - Provision of Valuation Industry Expert
two.1.2) Main CPV code
- 70000000 - Real estate services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement is for the provision of expertise on International Valuation industry standards, trends, advancements and the latest technology. The Contractor will act as a critical friend for the Valuation Delivery Partner Project providing services through the Pre-Procurement, Procurement and Implementation of a major digital solution. The Valuation Service Directorate within Land and Property Services is currently preparing to initiate a procurement process to establish a contract for the provision of a new digitally enabled ICT solution for Valuation Services which will enable it to transform its current business processes. It is envisaged the new solution will replace the legacy Assessment Office system and a number of other satellite systems with a new digital Valuation solution with an integrated digital ‘ecosystem’ that supports the design and delivery of joined up services. It will provide services that are truly digital from end to end and will be user friendly, customer focused, support web-based technologies, digital self-service platforms and integration with all LPS ICT systems. It must be flexible and adaptable to support new and innovative methods of delivery, future changes and business needs.
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: £120,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
- 79418000 - Procurement consultancy services
- 72220000 - Systems and technical consultancy services
- 79400000 - Business and management consultancy and related services
- 73200000 - Research and development consultancy services
- 73220000 - Development consultancy services
- 73210000 - Research consultancy services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
This procurement is for the provision of expertise on International Valuation industry standards, trends, advancements and the latest technology. The Contractor will act as a critical friend for the Valuation Delivery Partner Project providing services through the Pre-Procurement, Procurement and Implementation of a major digital solution. The Valuation Service Directorate within Land and Property Services is currently preparing to initiate a procurement process to establish a contract for the provision of a new digitally enabled ICT solution for Valuation Services which will enable it to transform its current business processes. It is envisaged the new solution will replace the legacy Assessment Office system and a number of other satellite systems with a new digital Valuation solution with an integrated digital ‘ecosystem’ that supports the design and delivery of joined up services. It will provide services that are truly digital from end to end and will be user friendly, customer focused, support web-based technologies, digital self-service platforms and integration with all LPS ICT systems. It must be flexible and adaptable to support new and innovative methods of delivery, future changes and business needs.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criterion / Weighting: 80
Cost criterion - Name: Quantitative Criterion / Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
The contract includes two extension options of 12 months each.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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: 2023/S 000-004210
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
9 May 2023
five.2.2) Information about tenders
Number of tenders received: 2
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: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
THE INSTITUTE OF REVENUES RATING AND VALUATION
167-169 GREAT PORTLAND STREET 5TH FLOOR
LONDON
W1W 5PF
Telephone
+44 2078313505
Fax
+44 2078312048
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: £120,000
Total value of the contract/lot: £120,000
Section six. Complementary information
six.3) Additional information
The figure indicated in II.1.5 of the Contract Notice represented an estimated contract value £120,000 and may increase during the life of the contract to accommodate changes. Any increases/modifications will be managed in accordance with the relevant public procurement regulations. In addition, neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the Notice.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended
United Kiingdom
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.