Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department for Communities
Causeway Exchange, 1-7 Bedford Street
BELFAST
BT2 7EG
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.communities-ni.gov.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DfC - Independent Review of licensing system including surrender principle
Reference number: ID4158422
II.1.2) Main CPV code
79000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Department for Communities (DfC) is required to appoint an independent person*, before the first anniversary of the Act receiving Royal Assent, to conduct a review of the system in NI for authorizing the sale by retail of intoxicating liquor (the licensing system). *independent person includes a group of independent persons, an independent organization or a group of independent organizations. The Contractor must complete the review within two years of the appointment being made.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
478 163.49
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79400000
79410000
73210000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Department for Communities (DfC) is required to appoint an independent person*, before the first anniversary of the Act receiving Royal Assent, to conduct a review of the system in NI for authorizing the sale by retail of intoxicating liquor (the licensing system). *independent person includes a group of independent persons, an independent organization or a group of independent organizations. The Contractor must complete the review within two years of the appointment being made.
II.2.5) Award criteria
Quality criterion: Proposed Team Experience
/ Weighting: 28
Quality criterion: Proposed Methodology
/ Weighting: 28
Quality criterion: Contract Management
/ Weighting: 13.6
Quality criterion: Social Value
/ Weighting: 10.4
Cost criterion: Total Contract Price
/ Weighting: 20
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-016570
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/08/2022
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
UNIVERSITY OF STIRLINGTHE Consortium bid
Stirling Campus
STIRLING
FK9 4LA
UK
E-mail: niamh.fitzgerald@stir.ac.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 478 163.49
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Contract monitoring: 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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years..
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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.
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 (as amended) 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.
VI.5) Date of dispatch of this notice
01/09/2022