Contract

DoF - LPS - Provision of Valuation Industry Expert

  • Department of Finance, Land and Property Services

F03: Contract award notice

Notice identifier: 2023/S 000-013353

Procurement identifier (OCID): ocds-h6vhtk-03a4c4

Published 10 May 2023, 3:49pm



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

Email

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

Email

policy@irrv.org.uk

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.