Section one: Contracting authority
one.1) Name and addresses
Education Authority NI
40 Academy Street
Belfast
BT1 2NQ
Contact
facilities.procureeani.org.uk
facilities.procure@eani.org.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Council for the Curriculum Examinations and Assessment
29 Clarendon Rd, Clarendon Dock
Belfast
BT1 3BG
facilities.procure@eani.org.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Armagh Observatory
College Hill
Armagh
BT61 9DG
facilities.procure@eani.org.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Armagh Planetarium
College Hill
Armagh
BT61 9DB
facilities.procure@eani.org.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Libraries NI
Lisburn City Library 23 Linenhall Street
Lisburn
BT28 1FJ
facilities.procure@eani.org.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Middletown Centre for Autism
35 Rathtrillick Park
Middletown
BT60 4HZ
facilities.procure@eani.org.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
FMM-20-041 Supply and Delivery of Hand Sanitiser and Dispensers
two.1.2) Main CPV code
- 33740000 - Hand and nails care products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Education Authority (EA) intends to establish a Framework Agreement for the provision of supplying and delivering Hand Sanitisers and Dispensers to various locations throughout Northern Ireland. The framework Agreement will be established on behalf of EA, Voluntary Grammars, Integrated, Independent schools. The Council for Curriculum Examination Assessment (CCEA), the Armagh Planetarium, the Armagh Observatory, Libraries NI, various colleges of further and higher education, Controlled Schools Support Council (CSSC) and the Centre for Autism at Middletown may also wish to use this Framework. The Framework Agreement will be established for an initial period of 24 months with the potential of 2 further 12 month extensions.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33741300 - Hand sanitizer
- 33741100 - Hand cleaner
- 42968000 - Dispensers
- 33631200 - Emollients and protectives
- 33741000 - Hand care products
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
- UKN - NORTHERN IRELAND
- 00 - Other NUTS code
- 00 - Other NUTS code
two.2.4) Description of the procurement
The Education Authority (EA) intends to establish a Framework Agreement for the provision of supplying and delivering Hand Sanitisers and Dispensers to various locations throughout Northern Ireland. The framework Agreement will be established on behalf of EA, Voluntary Grammars, Integrated, Independent schools. The Council for Curriculum Examination Assessment (CCEA), the Armagh Planetarium, the Armagh Observatory, Libraries NI, various colleges of further and higher education, Controlled Schools Support Council (CSSC) and the Centre for Autism at Middletown may also wish to use this Framework. The Framework Agreement will be established for an initial period of 24 months with the potential of 2 further 12 month extensions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 2 further periods of 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After the initial contract period there is potential to extend for 2 further periods of 12 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This framework Agreement will be established on behalf of EA, Voluntary Grammars, Integrated,. Independent schools, the Council for Curriculum Examination Assessment (CCEA), the Armagh Planetarium, the Armagh Observatory, Libraries NI, various colleges of further and higher education, Controlled Schools Support Council (CSSC) and the Centre for Autism at Middletown who may also use this Framework. The value shown in II.2.6) is the highest value estimated in the following range: 6,000,000 GBP to 10,000,000 GBP which has been calculated on the basis of a 2-year framework plus two 12 month extension periods and contingency for higher demand during the contract period, for all clients.Tenderers should note that all Hand Sanitisers provided must have an alcohol content greater than 60% ethanol or 70 % isopranol. This is to ensure that the product is effective against Covid-19. The Client cannot accept any product that includes methanol.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 April 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 20 July 2021
four.2.7) Conditions for opening of tenders
Date
21 April 2021
Local time
3:30pm
Information about authorised persons and opening procedure
Only EA Procurement Staff with access to the project on eTendersNI.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Contract Monitoring. The Successful Contractor's performance on this Contract will be managed as per the specification and regularly. monitored (see Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). 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 EA 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 this Contract may be terminated.. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for. a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement. competitions being undertaken by the EA. The Authority expressly reserves the rights:(I). not to award any contract as a result of the. procurement process commenced by publication of this notice. (II). to make whatever changes it may see fit to the content and structure. of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the [goods] covered by this notice; and. (IV). to award. contract(s) in stages.. and in no circumstances will the Authority be liable for any costs incurred by candidates.. VI.4)
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The EA 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.