Tender

FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority

  • the Education Authority

F02: Contract notice

Notice identifier: 2024/S 000-008046

Procurement identifier (OCID): ocds-h6vhtk-042c21

Published 13 March 2024, 2:19pm



Section one: Contracting authority

one.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Contact

Facilities Management and Maintenance Team Commercial Procurement Services

Email

facilities.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

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority

two.1.2) Main CPV code

  • 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes

two.1.3) Type of contract

Supplies

two.1.4) Short description

FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority

two.1.5) Estimated total value

Value excluding VAT: £9,288,504

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Tork Paper Hygiene Products

Lot No

1

two.2.2) Additional CPV code(s)

  • 33761000 - Toilet paper
  • 33763000 - Paper hand towels
  • 42968000 - Dispensers
  • 42968300 - Toilet-roll dispenser system

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £4,833,000

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

Duration in months

48

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

Option to undertake mini-competitions during the Framework Agreement 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

two.2.14) Additional information

The value shown in II.2.6 is the highest value estimated in the following range: £3,222,000 to £4,833,000 GBP excluding VAT (£3,866,400 to £5,799,600 GBP inclusive of VAT) for Lot 1. Tenderers may bid for one or more Lots. For the avoidance of doubt there is no limit to the number of Lots a Supplier can bid for. The value has been calculated on the basis of a four year framework and includes contingency for higher demand during the Framework Period, for all Clients. There is no commitment as to the usage, volume, or value of products required under this Framework Agreement.

two.2) Description

two.2.1) Title

Generic Paper Hygiene Products

Lot No

2

two.2.2) Additional CPV code(s)

  • 33761000 - Toilet paper
  • 33763000 - Paper hand towels
  • 42968000 - Dispensers
  • 42968300 - Toilet-roll dispenser system

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £4,455,000

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

Duration in months

48

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

Option to undertake mini-competitions during the Framework Agreement 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

two.2.14) Additional information

The value shown in II.2.6 is the highest value estimated in the following range: £2,970,000 to £4,455,000 GBP excluding VAT (£3,564,000 to £5,346,000 GBP inclusive of VAT) for Lot 2. Tenderers may bid for one or more Lots. For the avoidance of doubt there is no limit to the number of Lots a Supplier can bid for. The value has been calculated on the basis of a four year framework and includes contingency for higher demand during the Framework Period, for all Clients. There is no commitment as to the usage, volume, or value of products required under this Framework Agreement.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 12

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-000856

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 April 2024

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: 12 July 2024

four.2.7) Conditions for opening of tenders

Date

12 April 2024

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 Agreement will be established on behalf of EA, 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), and Controlled Youth Centres. https:// www.education-ni.gov.uk/services/schools-plus Further Education Colleges in NI https://www.nidirect.gov.uk/contacts/further-educationfe-colleges Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI. https://www.isc.co.uk/schools/northern-ireland/. Libraries NI. https://www.librariesni.org.uk/Libraries/. 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) who may also use this Framework. A further competition may be commissioned during the Framework Agreement term for additional Paper Hygiene Products. Any further mini competitions for Competed Goods will be run with all Contractors appointed to the Framework Agreement irrespective of the Lot they are awarded. (Unless otherwise excluded through poor performance). Once awarded, the Competed Goods shall form part of the Standard Goods which the successful Framework Agreement Provider is eligible to provide under the terms of this Framework Agreement for the duration of the Framework Agreement. The Successful Contractor(s) performance on this Framework Agreement 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 Framework agreement requirements is a serious matter. It means the public purse is not getting value for money. If a Contractor fails to reach satisfactory levels of performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of performance, the matter will be escalated to senior management within the Education Authority (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 which may result in the termination of the Framework Agreement. 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 EA are committed to the promotion of social inclusion and equal opportunities, as well as the responsible use and protection of natural resources and reducing our carbon footprint as key objectives in the Sustainable Development Strategy for Northern Ireland. The EA has included Social Considerations Clauses within the Framework. These can be found at Point 19 Social Value Considerations of document 2. FMM-23-007 Specification Schedule. The Authority cannot give any commitment as to the usage, volume, or value of products required under this Contract. Any levels, or aggregate values of goods, referred to are indicative only and shall not be binding on the Client. 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 or supplies 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.

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 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

Belfast

Country

United Kingdom