Tender

DoF LPS Valuation Delivery Partner Project

DEPARTMENT OF FINANCE, LAND AND PROPERTY SERVICES

This public procurement record has 2 releases in its history.

Tender

19 Feb 2025 at 12:41

Planning

20 Jan 2022 at 13:05

Summary of the contracting process

The Department of Finance (DoF) Land and Property Services (LPS) in Northern Ireland is conducting a tender process for the "DoF LPS Valuation Delivery Partner Project". This project falls under the IT services category and aims to digitally transform property valuation processes. The procurement stage is currently active with the deadline for tender submission set for 3rd April 2025. The procurement employs the Competitive Procedure with Negotiation under the Public Contracts Regulations 2015, with an estimated contract value of GBP 90 million. The contract will commence for an initial term of thirteen years, potentially extendable up to sixteen years.

This tender presents significant business growth opportunities, particularly for companies specialising in IT consulting, software development, and digital transformation services. Businesses capable of delivering flexible, adaptable, and technologically advanced ICT solutions with user-centric features and integrated public-facing applications should consider participating. The project involves significant digital transformation, making it ideal for firms experienced in implementing comprehensive and scalable digital solutions in the public sector. The success of the contractor will be monitored regularly, ensuring that high standards of performance are met throughout the contract period.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

DoF LPS Valuation Delivery Partner Project

Notice Description

Land and Property Services (LPS) is the statutory authority responsible for assessing and collecting property taxation in Northern Ireland. LPS is gearing up for a significant digital transformation aimed at enhancing its property valuation processes. In NI there are in the region of 825,500 Domestic properties, 72,000 Non-Domestic properties and 2,700 properties that contain an element of both domestic and non-domestic. The Directorate also provides a full range of non-rating valuation services to the public sector in Northern Ireland. LPS advises authorities on disposal and acquisition of land, market valuations and property advice, and both before and after valuations for vesting, on all aspects of compulsory purchase and negotiate compensation claims on their behalf. Valuation Services provides valuations (capital and rental) of land and property for a wide range of purposes, including calculations for assessment of benefits and business planning. The specific aims and objectives of this Valuation Delivery Partner Project are to: * implement a digital solution and service operating model which provides ICT functionality and business processes (including automated business processes) to support users to undertake the range of Valuation Services; * ensure that the procured ICT digital solution is flexible and adaptable to support future changes in business needs, supports data driven decision making, business process automation and is monitored and updated over time to embrace new technology that improves the user experience; * ensure the procured ICT digital solution is user friendly, customer-focused, geospatially enabled, supports web-based technologies, digital self-service platforms and provides a range of digital first ICT functionality that is capable of integrating with public facing applications (e.g. contact centre services, portals, 3rd party payment engines, authentication tools), line of business applications and back-office functions that supports intuitive and efficient case management and self-service offering the potential for delivering citizen centric public services; and * ensure the procured ICT solution provides Application Programme Interfaces (API's) to allow integration with other LPS ICT systems and databases, government services and external systems, adopts an event driven architecture approach and complies with the wider Northern Ireland Civil Service (NICS) 'digital first' policy.

Lot Information

Lot 1

Land and Property Services (LPS) is the statutory authority responsible for assessing and collecting property taxation in Northern Ireland. LPS is gearing up for a significant digital transformation aimed at enhancing its property valuation processes. In NI there are in the region of 825,500 Domestic properties, 72,000 Non-Domestic properties and 2,700 properties that contain an element of both domestic and non-domestic. The Directorate also provides a full range of non-rating valuation services to the public sector in Northern Ireland. LPS advises authorities on disposal and acquisition of land, market valuations and property advice, and both before and after valuations for vesting, on all aspects of compulsory purchase and negotiate compensation claims on their behalf. Valuation Services provides valuations (capital and rental) of land and property for a wide range of purposes, including calculations for assessment of benefits and business planning. The specific aims and objectives of this Valuation Delivery Partner Project are to: * implement a digital solution and service operating model which provides ICT functionality and business processes (including automated business processes) to support users to undertake the range of Valuation Services; * ensure that the procured ICT digital solution is flexible and adaptable to support future changes in business needs, supports data driven decision making, business process automation and is monitored and updated over time to embrace new technology that improves the user experience; * ensure the procured ICT digital solution is user friendly, customer-focused, geospatially enabled, supports web-based technologies, digital self-service platforms and provides a range of digital first ICT functionality that is capable of integrating with public facing applications (e.g. contact centre services, portals, 3rd party payment engines, authentication tools), line of business applications and back-office functions that supports intuitive and efficient case management and self-service offering the potential for delivering citizen centric public services; and * ensure the procured ICT solution provides Application Programme Interfaces (API's) to allow integration with other LPS ICT systems and databases, government services and external systems, adopts an event driven architecture approach and complies with the wider Northern Ireland Civil Service (NICS) 'digital first' policy. Additional information: The estimated contract value indicated in Section II.1.5 and II.2.6 represents the potential value of the contract over the maximum contract period which ranges from PS75,000,000 GBP to PS90,000,000 GBP exclusive of VAT. This is an estimated range only and the Department reserves the right to award for a lower or higher amount. This range reflects the potential scale of the contract and takes into account changes and potential modifications to the contract that may be required that could not be identified or foreseen at the time of this procurement exercise but which are complementary to the services to be provided to ensure that the Valuation operational service is maintained, upgraded and enhanced over its lifetime. It is envisaged that such modifications would be made without requiring a new procurement procedure in accordance with Regulation 72 of the Public Contracts Regulations 2015. This range does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. Additional CPV codes are:.48800000-Information systems and servers. 48200000-Networking, Internet and intranet software package. 48220000 : Internet and intranet software package. 48300000 : Document creation, drawing, imaging, scheduling and productivity software package. 48310000 : Document creation software package. 48318000 : Scanner software package. 48320000 : Drawing and imaging software package. 48326000 : Mapping software package. 48326100 : Digital mapping system. 48329000 : Imaging and archiving system. 48600000 : Database and operating software package. 48610000 : Database systems. 48611000 : Database software package. 48612000 : Database-management system. 48810000-Information systems. 48000000-Software package and information systems.48442000-Financial systems software package. 48900000-Miscellaneous software package and computer systems

Options: The Contract will commence on the Effective Date with an implementation period of two (2) years and five months. The contract will then run for a period of ten (10) years and seven (7) months until expiry of the initial term (thirteen (13) years total), with the potential to extend for up to three (3) years for a maximum term duration of sixteen (16) years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-030d43
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005821-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

64 - Postal and telecommunications services

66 - Financial and insurance services

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

75 - Administration, defence and social security services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

64210000 - Telephone and data transmission services

66112000 - Deposit services

66170000 - Financial consultancy, financial transaction processing and clearing-house services

71354000 - Map-making services

71354100 - Digital mapping services

71354200 - Aerial mapping services

71355000 - Surveying services

71355200 - Ordnance surveying

72000000 - IT services: consulting, software development, Internet and support

72100000 - Hardware consultancy services

72200000 - Software programming and consultancy services

72210000 - Programming services of packaged software products

72212200 - Networking, Internet and intranet software development services

72212211 - Platform interconnectivity software development services

72212220 - Internet and intranet software development services

72212326 - Mapping software development services

72212400 - Business transaction and personal business software development services

72212482 - Business intelligence software development services

72212517 - IT software development services

72212600 - Database and operating software development services

72212610 - Database software development services

72212732 - Data security software development services

72212900 - Miscellaneous software development services and computer systems

72220000 - Systems and technical consultancy services

72222300 - Information technology services

72224100 - System implementation planning services

72227000 - Software integration consultancy services

72228000 - Hardware integration consultancy services

72230000 - Custom software development services

72250000 - System and support services

72260000 - Software-related services

72268000 - Software supply services

72300000 - Data services

72316000 - Data analysis services

72317000 - Data storage services

72320000 - Database services

72322000 - Data management services

72400000 - Internet services

72500000 - Computer-related services

72700000 - Computer network services

72900000 - Computer back-up and catalogue conversion services

75100000 - Administration services

79410000 - Business and management consultancy services

79500000 - Office-support services

79571000 - Mailing services

79800000 - Printing and related services

79940000 - Collection agency services

79990000 - Miscellaneous business-related services

79999000 - Scanning and invoicing services

79999100 - Scanning services

Notice Value(s)

Tender Value
£90,000,000 £10M-£100M
Lots Value
£90,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Feb 20251 years ago
Submission Deadline
3 Apr 2025Expired
Future Notice Date
30 Jun 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF FINANCE, LAND AND PROPERTY SERVICES
Additional Buyers

DEPARTMENT OF FINANCE LAND AND PROPERTY SERVICES

Contact Name
ssdadmin.cpdfinance-ni.gov.uk
Contact Email
ssdadmin.cpd@finance-ni.gov.uk, strategicdelivery.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT1 3LP
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland, TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Central
Westminster Constituency
Belfast South and Mid Down

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-030d43-2025-02-19T12:41:52Z",
    "date": "2025-02-19T12:41:52Z",
    "ocid": "ocds-h6vhtk-030d43",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-030d43",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DoF LPS Valuation Delivery Partner Project",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "Land and Property Services (LPS) is the statutory authority responsible for assessing and collecting property taxation in Northern Ireland. LPS is gearing up for a significant digital transformation aimed at enhancing its property valuation processes. In NI there are in the region of 825,500 Domestic properties, 72,000 Non-Domestic properties and 2,700 properties that contain an element of both domestic and non-domestic. The Directorate also provides a full range of non-rating valuation services to the public sector in Northern Ireland. LPS advises authorities on disposal and acquisition of land, market valuations and property advice, and both before and after valuations for vesting, on all aspects of compulsory purchase and negotiate compensation claims on their behalf. Valuation Services provides valuations (capital and rental) of land and property for a wide range of purposes, including calculations for assessment of benefits and business planning. The specific aims and objectives of this Valuation Delivery Partner Project are to: * implement a digital solution and service operating model which provides ICT functionality and business processes (including automated business processes) to support users to undertake the range of Valuation Services; * ensure that the procured ICT digital solution is flexible and adaptable to support future changes in business needs, supports data driven decision making, business process automation and is monitored and updated over time to embrace new technology that improves the user experience; * ensure the procured ICT digital solution is user friendly, customer-focused, geospatially enabled, supports web-based technologies, digital self-service platforms and provides a range of digital first ICT functionality that is capable of integrating with public facing applications (e.g. contact centre services, portals, 3rd party payment engines, authentication tools), line of business applications and back-office functions that supports intuitive and efficient case management and self-service offering the potential for delivering citizen centric public services; and * ensure the procured ICT solution provides Application Programme Interfaces (API's) to allow integration with other LPS ICT systems and databases, government services and external systems, adopts an event driven architecture approach and complies with the wider Northern Ireland Civil Service (NICS) 'digital first' policy.",
        "lots": [
            {
                "id": "1",
                "description": "Land and Property Services (LPS) is the statutory authority responsible for assessing and collecting property taxation in Northern Ireland. LPS is gearing up for a significant digital transformation aimed at enhancing its property valuation processes. In NI there are in the region of 825,500 Domestic properties, 72,000 Non-Domestic properties and 2,700 properties that contain an element of both domestic and non-domestic. The Directorate also provides a full range of non-rating valuation services to the public sector in Northern Ireland. LPS advises authorities on disposal and acquisition of land, market valuations and property advice, and both before and after valuations for vesting, on all aspects of compulsory purchase and negotiate compensation claims on their behalf. Valuation Services provides valuations (capital and rental) of land and property for a wide range of purposes, including calculations for assessment of benefits and business planning. The specific aims and objectives of this Valuation Delivery Partner Project are to: * implement a digital solution and service operating model which provides ICT functionality and business processes (including automated business processes) to support users to undertake the range of Valuation Services; * ensure that the procured ICT digital solution is flexible and adaptable to support future changes in business needs, supports data driven decision making, business process automation and is monitored and updated over time to embrace new technology that improves the user experience; * ensure the procured ICT digital solution is user friendly, customer-focused, geospatially enabled, supports web-based technologies, digital self-service platforms and provides a range of digital first ICT functionality that is capable of integrating with public facing applications (e.g. contact centre services, portals, 3rd party payment engines, authentication tools), line of business applications and back-office functions that supports intuitive and efficient case management and self-service offering the potential for delivering citizen centric public services; and * ensure the procured ICT solution provides Application Programme Interfaces (API's) to allow integration with other LPS ICT systems and databases, government services and external systems, adopts an event driven architecture approach and complies with the wider Northern Ireland Civil Service (NICS) 'digital first' policy. Additional information: The estimated contract value indicated in Section II.1.5 and II.2.6 represents the potential value of the contract over the maximum contract period which ranges from PS75,000,000 GBP to PS90,000,000 GBP exclusive of VAT. This is an estimated range only and the Department reserves the right to award for a lower or higher amount. This range reflects the potential scale of the contract and takes into account changes and potential modifications to the contract that may be required that could not be identified or foreseen at the time of this procurement exercise but which are complementary to the services to be provided to ensure that the Valuation operational service is maintained, upgraded and enhanced over its lifetime. It is envisaged that such modifications would be made without requiring a new procurement procedure in accordance with Regulation 72 of the Public Contracts Regulations 2015. This range does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. Additional CPV codes are:.48800000-Information systems and servers. 48200000-Networking, Internet and intranet software package. 48220000 : Internet and intranet software package. 48300000 : Document creation, drawing, imaging, scheduling and productivity software package. 48310000 : Document creation software package. 48318000 : Scanner software package. 48320000 : Drawing and imaging software package. 48326000 : Mapping software package. 48326100 : Digital mapping system. 48329000 : Imaging and archiving system. 48600000 : Database and operating software package. 48610000 : Database systems. 48611000 : Database software package. 48612000 : Database-management system. 48810000-Information systems. 48000000-Software package and information systems.48442000-Financial systems software package. 48900000-Miscellaneous software package and computer systems",
                "status": "active",
                "value": {
                    "amount": 90000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 5760
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Contract will commence on the Effective Date with an implementation period of two (2) years and five months. The contract will then run for a period of ten (10) years and seven (7) months until expiry of the initial term (thirteen (13) years total), with the potential to extend for up to three (3) years for a maximum term duration of sixteen (16) years."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72320000",
                        "description": "Database services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72268000",
                        "description": "Software supply services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72230000",
                        "description": "Custom software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72227000",
                        "description": "Software integration consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71354000",
                        "description": "Map-making services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71354100",
                        "description": "Digital mapping services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71354200",
                        "description": "Aerial mapping services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71355000",
                        "description": "Surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71355200",
                        "description": "Ordnance surveying"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72100000",
                        "description": "Hardware consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72210000",
                        "description": "Programming services of packaged software products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212326",
                        "description": "Mapping software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72228000",
                        "description": "Hardware integration consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72250000",
                        "description": "System and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72500000",
                        "description": "Computer-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72700000",
                        "description": "Computer network services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72900000",
                        "description": "Computer back-up and catalogue conversion services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75100000",
                        "description": "Administration services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79800000",
                        "description": "Printing and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72316000",
                        "description": "Data analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79940000",
                        "description": "Collection agency services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79500000",
                        "description": "Office-support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79571000",
                        "description": "Mailing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79410000",
                        "description": "Business and management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64210000",
                        "description": "Telephone and data transmission services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79990000",
                        "description": "Miscellaneous business-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66170000",
                        "description": "Financial consultancy, financial transaction processing and clearing-house services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66112000",
                        "description": "Deposit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72220000",
                        "description": "Systems and technical consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72322000",
                        "description": "Data management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72317000",
                        "description": "Data storage services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224100",
                        "description": "System implementation planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72400000",
                        "description": "Internet services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212200",
                        "description": "Networking, Internet and intranet software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212211",
                        "description": "Platform interconnectivity software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212220",
                        "description": "Internet and intranet software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212400",
                        "description": "Business transaction and personal business software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212482",
                        "description": "Business intelligence software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212517",
                        "description": "IT software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212600",
                        "description": "Database and operating software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212610",
                        "description": "Database software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212732",
                        "description": "Data security software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212900",
                        "description": "Miscellaneous software development services and computer systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79999000",
                        "description": "Scanning and invoicing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79999100",
                        "description": "Scanning services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-07-01T00:00:00+01:00",
            "atypicalToolUrl": "https://etendersni.gov.uk/epps"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 90000000,
            "currency": "GBP"
        },
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015 as set out in the Information Memorandum. A selection process will also be used to identify economic operators, who having submitted a response to the Selection Questionnaire, sufficiently demonstrate to the Department's satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic1",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The appointment to the contract will be subject to the preferred supplier demonstrating that the minimum requirements specified in the selection questionnaire continue to be met and that there being no material adverse change to the standing of the supplier. The appointment will also be subject to all other necessary due diligence being carried out by the Authority. Contract performance will be subject to the conditions specified in the contract and the successful Supplier's performance on the contract will be regularly monitored.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true
        },
        "tenderPeriod": {
            "endDate": "2025-04-03T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-09-30T23:59:59+01:00"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into."
    },
    "parties": [
        {
            "id": "GB-FTS-41429",
            "name": "Department of Finance Land and Property Services",
            "identifier": {
                "legalName": "Department of Finance Land and Property Services"
            },
            "address": {
                "streetAddress": "7 Lanyon Place",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT1 3LP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "StrategicDelivery.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-138435",
            "name": "Department of Finance, Land and Property Services",
            "identifier": {
                "legalName": "Department of Finance, Land and Property Services"
            },
            "address": {
                "streetAddress": "Lanyon Plaza, 7 Lanyon Place",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT1 3LP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ssdadmin.cpdfinance-ni.gov.uk",
                "email": "ssdadmin.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-138436",
            "name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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 amende",
            "identifier": {
                "legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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 amende"
            },
            "address": {
                "locality": "United Kingdom",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-138435",
        "name": "Department of Finance, Land and Property Services"
    },
    "language": "en",
    "description": "This competition is being conducted in accordance with the Public Contracts Regulations 2015 (\"the Regulations\") and the Department for Finance (DoF) will use the Competitive Procedure with Negotiation. The Contracting Authority reserves the right: to hold additional rounds of negotiations with Economic Operators; to require the submission of any further or additional information or tender submissions; to award the Contract following the submission of initial tenders; to award the Contract following conclusion of the first round of negotiation sessions; and/or to down-select Economic Operators following each round of negotiations. For the avoidance of doubt, final tenders will not be subject to any negotiation with the Contracting Authority (however, they may be subject to clarification, if required, at the Contracting Authority's absolute discretion). The Contracting Authority reserves the right: to reject any or all SQ or tender responses and to cancel or withdraw the procurement process at any stage; to award a contract without prior notice; to change the basis of, the procedure and the timescales set out or referred to in the. procurement documents; to require an Economic Operator to clarify its SQ or tender response in writing and/or provide additional information; to terminate the procurement process; and/or to amend the terms and conditions of the SQ or tender evaluation process or negotiation process. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly, of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate. only and the Contracting Authority reserves the right to change any or all of them. The figure indicated in II.1.5. represents an estimated contract value PS90m and may increase during the life of the contract to accommodate changes, continuous improvements and advancements in technology. Any increases/modifications will be managed in accordance with the relevant public procurement regulations. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for Economic Operators when submitting a bid for this competition. In addition, neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. 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 Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice 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 Notice."
}