By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

SIB AMU Land and Property Consultancy Advice.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Strategic Investement Board
Carleton House, Gasworks Business Park
For the attention of: Tony Harvey
BT7 2JA Belfast
UNITED KINGDOM
Telephone: +44 2890816412
E-mail:

Internet address(es):

General address of the contracting authority: http://www.sibni.org/index.htm

Address of the buyer profile: https://e-sourcingni.bravosolution.co.uk/login

Further information can be obtained from: Central Procurement Directorate
303 Airport Road West
For the attention of: Tony Harvey
BT3 9ED Belfast
UNITED KINGDOM
E-mail:
Fax: +44 2890816412
Internet address: https://e-sourcingni.bravosolution.co.uk/web/login.shtml

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Central Procurement Directorate
303 Airport Road West
For the attention of: Tony Harvey
BT3 9ED Belfast
UNITED KINGDOM
Fax: +44 2890816412
Internet address: https://e-sourcingni.bravosolution.co.uk/web/login.shtml

Tenders or requests to participate must be sent to: Central Procurement Directorate
303 Airport Road West
For the attention of: Tony Harvey
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 2890816412
Internet address: https://e-sourcingni.bravosolution.co.uk/web/login.shtml

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
SIB AMU Land and Property Consultancy Advice.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Northern Ireland.

NUTS code UKN

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
The main activities will be in supplementing the work of the AMU in achieving its key targets and strategic goals. AMU wish to appoint the services of professional Chartered Surveyors, Corporate Finance advisors and Legal advisors who will provide a range of professional services throughout Northern Ireland whenever instructed by AMU including:
- Property valuation;
- Disposal and acquisition advice;
- Development appraisal;
- Marketing and sales;
- Advice on lease negotiation;
- Condition surveys and lifecycle cost assessments;
- Demand and supply research;
- Occupational capacity studies;
- Advice on commercial property management;
- Corporate finance advice in support of Department's asset related projects;
- Legal due diligence advice in support of Department's asset related projects.
II.1.6)Common procurement vocabulary (CPV)

70300000, 79100000, 79200000, 79300000, 66000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
It is envisaged that the contract will be for a period of 2 years with 2 further annual options to extend. The main activities will be in supplementing the work of the AMU in achieving its key targets and strategic goals. AMU wish to appoint the services of professional Chartered Surveyors, Corporate Finance advisors and Legal advisors who will provide a range of professional services throughout Northern Ireland whenever instructed by AMU including:
- Property valuation;
- Disposal and acquisition advice;
- Development appraisal;
- Marketing and sales;
- Advice on lease negotiation;
- Condition surveys and lifecycle cost assessments;
- Demand and supply research;
- Occupational capacity studies;
- Advice on commercial property management;
- Corporate finance advice in support of Department's asset related projects;
- Legal due diligence advice in support of Department's asset related projects.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the Tender Documents which can be accessed at the following URL location:

www.e-sourcingni.bravosolution.co.uk/web/login.shtml

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the Tender Documents which can be accessed at the following URL location:

www.e-sourcingni.bravosolution.co.uk/web/login.shtml

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the Tender Documents which can be accessed at the following URL location:

www.e-sourcingni.bravosolution.co.uk/web/login.shtml

III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in the Tender Documents which can be accessed at the following URL location:

www.e-sourcingni.bravosolution.co.uk/web/login.shtml

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the Tender Documents which can be accessed at the following URL location:

www.e-sourcingni.bravosolution.co.uk/web/login.shtml

Minimum level(s) of standards possibly required: As detailed in the Tender Documents which can be accessed at the following URL location:

www.e-sourcingni.bravosolution.co.uk/web/login.shtml

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the Tender Documents which can be accessed at the following URL location:

www.e-sourcingni.bravosolution.co.uk/web/login.shtml

Minimum level(s) of standards possibly required:
Proposed Personnel - Qualifications
[SC1] In relation to the deliverables; Property Valuation, Disposal and Acquisition Advice, Development Appraisal, Marketing and Sales, Advice on Lease Negotiation, Demand and Supply Research, Advice on Commercial Property Management, Condition Surveys and Life Cycle Cost Assessments, proposed personnel must be fully qualified current Members of the Royal Institution of Chartered Surveyors (RICS) or equivalent with either MRICS or FRICS certification. Tenderers must provide the names of each proposed person and their membership number.
[SC2] In relation to the deliverable Occupational Capacity Studies, the proposed personnel must be either qualified current Members of the Royal Institution of Chartered Surveyors (RICS) with either MRICS or FRICS certification, or a Chartered Member of the Royal Institute of British Architects or a registered member of the Royal Institute of the Architects of Ireland. Tenderers must provide the names of each proposed person and their membership or registration number.
[SC3] In relation to the deliverable Corporate Finance Advice in Support of Department's Asset Related Projects, proposed personnel must be qualified current members of the Association of Chartered Certified Accountants or equivalent. Tenderers must provide the names of each proposed person and their membership or registration number.
[SC4] In relation to the deliverable Legal Due Diligence advice in support of Department's Asset Related Projects, proposed personnel must be qualified to practice law in Northern Ireland and must provide a statement to that effect with the names of each proposed person.
[SC5] Proposed Personnel - Experience
The proposed team must consist of personnel who, individually, can demonstrate experience of at least one of the disciplines below and who collectively demonstrate experience of all of the disciplines by providing appropriate examples (a minimum of 2 examples must be provided for each disciplines to meet the minimum standards);
Disciplines
- Property Valuation - in line with RICS Red Book standards for commercial property.
- Disposal and Acquisition Advice - reporting on options to support a government department or large corporation's plans/business cases.
- Development Appraisal - Evidence based appraisals with robust methodology and calculations to determine project viability for commercial office developments.
- Marketing and Sales - Advising on the most appropriate marketing solution for an asset and satisfying the criteria for the disposal of surplus public sector assets in excess of GBP 1m sale price.
- Advice on Lease Negotiation - Identifying optimum value for money solutions for the renegotiation of leases of commercial office accommodation.
- Demand and Supply Research - research into current market supply and demand for particular options relating to assets to inform valuations, development appraisals and business cases for relocation and disposal strategies to support a government department or large corporation plan/business case.
- Advice on Commercial Property Management - Reporting on the optimum organisational structures required to provide an efficient and value for money, large scale property management service with an annual rent roll in excess of £10 million per annum.
- Condition Surveys and Life Cycle Cost Assessments - Surveys and reports conducted to RICS standards and fully indemnified in respect of a large corporation or government accommodation.
- Occupational Capacity Studies - Reports produced to highlight occupational density of properties and summarise options for more efficient utilisation of office accommodation in excess of 3,000 square meters.
- Corporate Finance Advice in Support of Department's Asset Related Projects - Financial modelling services, Debt and financial market consultancy, taxation advice and general Commercial consultancy services to support invest to save business cases.
- Legal Due Diligence advice in support of Department's Asset Related Projects - Full legal due diligence reports that may arise where the client is considering the buy-out of a current private sector contract or company.
Examples must be within the last 3 years. It is not sufficient to simply list projects, examples must provide a full description to include:-
- Project title and detail of project;
- Commission start date and completion date;
- Individual roles/duties within each project;
- Relevance to this Selection deliverable (e.g Property Valuation).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Project_15032
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 6.2.2014 - 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.2.2014 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 6.2.2014 - 15:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click ‘continue' - Enter your correct business and user details - Note the username you chose and click ‘Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the ‘PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the ‘Express Interest' button at the top of the page. - This will move the PQQ /ITT into your ‘My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate 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 certificate. Further details on contract management can be found at http://www.dfpni.gov.uk/pgn_0112.pdf

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CPD will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.12.2013