Contract

Rating Valuation Services

  • the Education Authority

F20: Modification notice

Notice identifier: 2023/S 000-030659

Procurement identifier (OCID): ocds-h6vhtk-040ccd

Published 17 October 2023, 4:47pm



Section one: Contracting authority/entity

one.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Email

business.procure@eani.org.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


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Rating Valuation Services

Reference number

BSF-18-018

two.1.2) Main CPV code

  • 71315200 - Building consultancy services

two.1.3) Type of contract

Services

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement at the time of conclusion of the contract:

The award of a contract by Education Authority Northern Ireland (EANI) without prior publication of a call for competition in the Find a Tender Service, in respect of the provision of Rating Valuation Services for EANI (BSF-18-018) as further

described in FTS Contract Notice

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

18 October 2023

End date

31 March 2025

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2019/S 068-160359


Section five. Award of contract/concession

Contract No

1

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

19 September 2023

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

COLLIERS BELFAST LTD

13 WARING STREET

BELFAST

Email

jonathan.millar@colliers.com

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

https://www.colliers.com/en-gb/united-kingdom/cities/belfast

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £500,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures

Belfast

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 71315200 - Building consultancy services

seven.1.3) Place of performance

NUTS code
  • UKN - Northern Ireland

seven.1.4) Description of the procurement:

The contract set out in OJEU Contract Notice was entered into by EANI as per the published Contract Award Notice. The Contract was

initially for a term ending 31st March 2022. It was however agreed in March 2022 that the contract be extended until 30th September

2023 under Regulation 72(1)(B) of The Public Contacts Regulations 2015. It was EANI’s expectation at that time that the contract would be

completed by September 2023, however delays in dealing with government agencies (namely Land & Property Services) have meant that

the contract is not yet completed and additional time (contract term) is necessary to complete fully. The original contract value remains

unchanged.

A modification to the contract term, has become necessary and is permitted by Regulation 72(1)(B) of The Public Contacts Regulations

2015. Namely, the following conditions have been fulfilled:

72.—(1) Contracts and framework agreements may be modified without a new procurement procedure in accordance with this Part in any

of the following cases:— (b)for additional works, services or supplies by the original contractor that have become necessary and were not

included in the initial procurement, where a change of contractor

(i)cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing

equipment, services or installations procured under the initial procurement, or

(ii)would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in

price does not exceed 50% of the value of the original contract.

Colliers (the Contractor) have carried out all the preliminary work and have been delayed due to reasons outside of their and EA’s control.

If this contract term is not extended, it would cause significant duplication of services and duplication of costs to the EA to deal with a

separate, different supplier. EA may also suffer some abortive costs.

The 18-month extension period is within the 50% permissible under this regulation from the original 36 month term of contract.

This modification is in line with Regulation 72 (1) B and meets the requirements also set out in Regulation 72 (6) and 72 (8)

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

19

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£500,000

seven.1.7) Name and address of the contractor/concessionaire

COLLIERS BELFAST LTD

13 WARING STREET

BELFAST

Email

jonathan.millar@colliers.com

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

https://www.colliers.com/en-gb/united-kingdom/cities/belfast

The contractor/concessionaire is an SME

Yes

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The contract is extended from 30th September 2023 for 18 months to 31st March 2025.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

A modification to the contract term, has become necessary and is permitted by Regulation 72(1)(B) of The Public Contacts Regulations

2015. Namely, the following conditions have been fulfilled:

72.—(1) Contracts and framework agreements may be modified without a new procurement procedure in accordance with this Part in any

of the following cases:— (b)for additional works, services or supplies by the original contractor that have become necessary and were not

included in the initial procurement, where a change of contractor

(i)cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing

equipment, services or installations procured under the initial procurement, or

(ii)would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in

price does not exceed 50% of the value of the original contract.

Colliers (the Contractor) have carried out all the preliminary work and have been delayed due to reasons outside of their and EA’s control.

If this contract term is not extended, it would cause significant duplication of services and duplication of costs to the EA to deal with a

separate, different supplier. EA may also suffer some abortive costs.

The 18-month extension period is within the 50% permissible under this regulation from the original 36 month term of contract.

This modification is in line with Regulation 72 (1) B and meets the requirements also set out in Regulation 72 (6) and 72 (8)

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £500,000

Total contract value after the modifications

Value excluding VAT: £500,000