Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Invest NI
Bedford Square, 1 Bedford Street
Belfast
BT3 9ED
UK
E-mail: ssdadmin.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.investni.com/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
ID 2123589 DfE Invest NI — Contract for Appointment of Tax Advisors to Invest NI and its Subsidiary Companies
Reference number: 2123589
II.1.2) Main CPV code
79221000
II.1.3) Type of contract
Services
II.1.4) Short description
Invest NI wishes to appoint tax advisors (herein referred to as “the Contractor”) to prepare and submit annual corporation tax returns for Invest NI and 2 subsidiaries, BSDL and MRDE as required. In addition, the contractor shall provide ad hoc advice on other tax issues for the Invest NI group as and when needed throughout the contract period.
II.1.5) Estimated total value
Value excluding VAT:
165 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79222000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Invest NI wishes to appoint tax advisors (herein referred to as “the Contractor”) to prepare and submit annual corporation tax returns for Invest NI and 2 subsidiaries, BSDL and MRDE as required. In addition, the contractor shall provide ad hoc advice on other tax issues for the Invest NI group as and when needed throughout the contract period.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
165 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
It is anticipated the contract will commence in July 2019 for three years with options to extend for 2 further periods of 12 months each.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
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.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/05/2019
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
28/08/2019
IV.2.7) Conditions for opening of tenders
Date:
30/05/2019
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The contractor’s performance on the contract shall be regularly monitored against the KPIs and criteria stated using the contractor’s performance assessment proforma included within the tender documents. As part of its contract management procedures, the client will apply the protocol for managing poor supplier performance contained in Annex D of Procurement Guidance Note PGN 01/12 — Contract management principles and procedures.
The protocol sets out a series of 5 escalating stages to enable the client to manage poor performance by contractors. At Stage 4, as an alternative to terminating the contract, a notice of written warning can be issued to the contractor. At Stage 5, as an alternative to terminating the contract, a notice of unsatisfactory performance can be issued to the contractor. If a contractor has received more than one current notice of written warning the CPD at its discretion, can consider the contractor’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a period of 12 months. If a contractor is subject to a notice of unsatisfactory performance the CPD, at its discretion, can consider the contractor’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a period of 3 years. A central register of suppliers in receipt of current notices and terminations will be maintained by Construction and Procurement Delivery (CPD) and will be publicly available on its website. This register will cover all procurements by bodies subject to Northern Ireland Public Procurement Policy. The contractor shall appoint an account manager who must be equivalent to tax director level or higher. The account manager shall be responsible contractual obligations being met, assuring quality of service, resolving potential difficulties and attending quarterly (and ad hoc) contract review meetings. The client will appoint an authorised representative for the purpose of the contract.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures
UK
AE
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice
26/04/2019