Tender

CAT-20-008 Fresh Poultry and Poultry Products

  • Education Authority

F02: Contract notice

Notice identifier: 2021/S 000-006181

Procurement identifier (OCID): ocds-h6vhtk-029f97

Published 26 March 2021, 9:48am



Section one: Contracting authority

one.1) Name and addresses

Education Authority

3 Charlemont Place, The Mall

Armagh

BT61 9AX

Email

catering.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.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 above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CAT-20-008 Fresh Poultry and Poultry Products

two.1.2) Main CPV code

  • 15131500 - Poultry products

two.1.3) Type of contract

Supplies

two.1.4) Short description

The EA invites tenders for the Supply and Delivery of Fresh Poultry and Poultry Products to EA Catering Units/Kitchens or other locations within Northern for the period 1 August 2021 to 30 July 2022 with the option to extend for two further periods of up to 12 months each.

two.1.5) Estimated total value

Value excluding VAT: £11,160,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 15131500 - Poultry products

two.2.3) Place of performance

NUTS codes
  • UKN - NORTHERN IRELAND

two.2.4) Description of the procurement

The EA invites tenders for the Supply and Delivery of Fresh Poultry and Poultry Products to EA Catering Units/Kitchens or other locations within Northern for the period 1 August 2021 to 30 July 2022 with the option to extend for two further periods of up to 12 months each.

two.2.5) Award criteria

Quality criterion - Name: Qualitative (Methodology & Performance Management) / Weighting: 15

Cost criterion - Name: Quantitative (Total Evaluation Cost) / Weighting: 85

two.2.6) Estimated value

Value excluding VAT: £11,160,000

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

Duration in months

12

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Period 1 August 2021 to 31 July 2022 with the option to extend for two further periods of up to 12 months each. In the event that there is a delay in the establishment of any succeeding contract, the Authority may, by giving notice in writing to the Contractor, extend this Framework Agreement on a month by month basis up to a maximum of a further three months from the expiry of the Extension Period.

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.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 a single operator

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

27 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: 26 July 2021

four.2.7) Conditions for opening of tenders

Date

27 April 2021

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

This framework is let by the Northern Ireland Education Authority (“EA”) and is open to the EA, including NI educational bodies as follows and at some point during the life of the Framework these bodies may wish to utilise the agreement and should have access, at any point, with the permission of EA. This agreement is not intended to replace any current agreements that participating or non-participating institutions may already have in place.. . https://www.education-ni.gov.uk/services/schools-plus. Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and, Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), school meals kitchens on-site at all of these schools, and Controlled Youth Centres. . . https://www.nidirect.gov.uk/contacts/further-education-fe-colleges. Further Education Colleges in NI . . https://www.nicie.org/parents/school-finder/. Grant Controlled Integrated Education Schools in NI. . https://www.isc.co.uk/schools/northern-ireland/. Independent School in NI. . Libraries NI: https://www.librariesni.org.uk/Libraries/Pages/libraries-home.aspx. EA Teachers’ and Educational Centres. Council for the Curriculum, Examination and Assessment NI (CCEA) . Armagh Observatory and Planetarium. Middletown Centre for Autism. Controlled Schools Support Council (CSSC). Northern Ireland Council for Integrated Education (NICIE)

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.

Armagh

Country

United Kingdom