Section one: Contracting authority/entity
one.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
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
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
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