Contract

BSP-20-014 - CYCLE TO WORK SCHEME FOR THE EDUCATION AUTHORITY

  • the Education Authority

F20: Modification notice

Notice identifier: 2024/S 000-000692

Procurement identifier (OCID): ocds-h6vhtk-042bc5

Published 9 January 2024, 3:53pm



Section one: Contracting authority/entity

one.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Email

Business.Procure@eani.org.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

BSP-20-014 - CYCLE TO WORK SCHEME FOR THE EDUCATION AUTHORITY

two.1.2) Main CPV code

  • 75310000 - Benefit 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 objective of the scheme is to promote healthier journeys to work and to reduce

environmental pollution. The 1999 Finance Act introduced an annual tax exemption which allows employers to loan cycles and cyclists

safety equipment to employees as a tax free benefit. Administration of the process is in conjunction with EA & Department of Education

(DE) Payrolls and there will be no cost to the EA for this scheme.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

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: 2021/S 071-182351


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:

25 March 2021

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

Halfords Limited Cycle2work

Redditch

Email

daniel.knight@halfords.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

No

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: £600,000


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

The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures

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

  • 75310000 - Benefit services

seven.1.3) Place of performance

NUTS code
  • UKN - Northern Ireland

seven.1.4) Description of the procurement:

The objective of the scheme is to promote healthier journeys to work and to reduce

environmental pollution. The 1999 Finance Act introduced an annual tax exemption which allows employers to loan cycles and cyclists

safety equipment to employees as a tax free benefit. Administration of the process is in conjunction with EA & Department of Education

(DE) Payrolls and there will be no cost to the EA for this scheme.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£900,000

seven.1.7) Name and address of the contractor/concessionaire

Halfords Limited Cycle2work

Redditch

Email

daniel.knight@halfords.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

No

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 set out in OJEU Contract Notice was entered into by EANI as per the published Contract Award Notice. The Contract was

initially awarded for £600,000.00 and it was agreed in December 2023 that this would be increased to £900,000.00 under Regulation 72

(1)(B) of the Public Contract Regulations 2015.

Namely. the following conditions have been fulfilled:

(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.

The modification is 50% of the original contract value which is permissible under Regulation 72 (1) B.

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:

The Contract set out in OJEU Contract Notice was entered into by EANI as per the published Contract Award Notice. The Contract was

initially awarded for £600,000.00 and it was agreed in December 2023 that this would be increased to £900,000.00 under Regulation 72

(1)(B) of the Public Contract Regulations 2015.

Namely. the following conditions have been fulfilled:

(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.

The modification is 50% of the original contract value which is permissible under Regulation 72 (1) B.

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: £600,000

Total contract value after the modifications

Value excluding VAT: £900,000