Section one: Contracting authority
one.1) Name and addresses
Valuation Services Directorate, Land and Property Services
Lanyon Plaza, 7 Lanyon Place
BELFAST
BT1 3LP
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.CPD@finance-ni.gov.uk
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
Tenders or requests to participate must be submitted to the above-mentioned 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
https://etendersni.gov.uk/epps
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 - Estate Agents Contract for disposal of Public Sector assets
Reference number
4013448
two.1.2) Main CPV code
- 70000000 - Real estate services
two.1.3) Type of contract
Services
two.1.4) Short description
LPS intends to appoint a maximum of 2 Contractors to a Contract Agreement for the disposal and letting of publicly owned land and property assets, comprising amenity land, development land, agricultural land, commercial and residential property in all five LPS District Offices across Northern Ireland. The main scope of the work is the provision of a complete sales and marketing service for the disposal of land and property assets on behalf of LPS and the relevant disposing bodies.
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70100000 - Real estate services with own property
- 70200000 - Renting or leasing services of own property
- 70300000 - Real estate agency services on a fee or contract basis
- 70120000 - Buying and selling of real estate
- 70121000 - Building sale or purchase services
- 70121100 - Building sale services
- 70123000 - Sale of real estate
- 70123200 - Sale of non-residential estate
- 70220000 - Non-residential property renting or leasing services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
LPS intends to appoint a maximum of 2 Contractors to a Contract Agreement for the disposal and letting of publicly owned land and property assets, comprising amenity land, development land, agricultural land, commercial and residential property in all five LPS District Offices across Northern Ireland. The main scope of the work is the provision of a complete sales and marketing service for the disposal of land and property assets on behalf of LPS and the relevant disposing bodies.
two.2.5) Award criteria
Quality criterion - Name: Marketing and Sales Completion Methodology / Weighting: 20
Quality criterion - Name: Team Experience / Weighting: 10
Quality criterion - Name: Contract Management & Contingency / Weighting: 10
Quality criterion - Name: Social Value (Promote Health & Wellbeing) / Weighting: 5
Quality criterion - Name: Social Value (Secure Employment & Skills) / Weighting: 5
Cost criterion - Name: Band 1 - Up to £99,999 / Weighting: 7
Cost criterion - Name: Band 2 - £100,000 to £499,999 / Weighting: 13
Cost criterion - Name: Band 3 - £500,000 to £999,999 / Weighting: 7
Cost criterion - Name: Band 4 - £1,000,000 plus / Weighting: 13
Cost criterion - Name: Cost of Letting (Percentage Fee of agreed rental value on letting) / Weighting: 5
Cost criterion - Name: Hourly rate (for the provision of additional professional services or advice) / Weighting: 5
two.2.6) Estimated value
Value excluding VAT: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Two options to extend for any period up to and including 1 year.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Membership of a Professional Body. . As all of the sales relating to this contract will take place in Northern Ireland (NI) and therefore subject to UK policy and legislation , Tenderers must confirm that all proposed personnel who are assigned to work on this contract are currently members or Fellows of the Royal Institution of Chartered Surveyors (RICS).
three.1.2) Economic and financial standing
List and brief description of selection criteria
Professional Indemnity Insurance. . Tenderers must confirm they have (or will have prior to award of contract) Professional Indemnity Insurance cover with a limit of not less than 2 million GBP (£2,000,000) per incident.
three.2) Conditions related to the contract
three.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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
5 August 2022
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 3 November 2022
four.2.7) Conditions for opening of tenders
Date
5 August 2022
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The successful Contractor’s performance on this Contract will be managed as per the specification, Terms and Conditions of Contract and 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 this Contract may be terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also 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.
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. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations.
Belfast
Country
United Kingdom