Section one: Contracting authority
one.1) Name and addresses
EDUCATION AUTHORITY
Ballymena
Contact
Facilities.Procure@eani.org.uk
Facilities.Procure@eani.org.uk
Country
United Kingdom
NUTS code
UKN - Northern Ireland
Internet address(es)
Main address
one.1) Name and addresses
Council for the Curriculum Examinations and Assessment
Belfast
BT1 3BG
facilities.procure@eani.org.uk
Country
United Kingdom
NUTS code
UKN - Northern Ireland
Internet address(es)
Main address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Armagh Observatory
Armagh
facilities.procure@eani.org.uk
Country
United Kingdom
NUTS code
UKN - Northern Ireland
Internet address(es)
Main address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Armagh Planetarium
Armagh
facilities.procure@eani.org.uk
Country
United Kingdom
NUTS code
UKN - Northern Ireland
Internet address(es)
Main address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Libraries NI
Lisburn
facilities.procure@eani.org.uk
Country
United Kingdom
NUTS code
UKN - Northern Ireland
Internet address(es)
Main address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Middletown Centre for Autism
Middletown
facilities.procure@eani.org.uk
Country
United Kingdom
NUTS code
UKN - Northern Ireland
Internet address(es)
Main address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract involves joint procurement
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
Supply and Delivery of Cleaning Materials, Catering Services Hygiene Products and Personal Protective Equipment (PPE)
Reference number
FMM-21-009
two.1.2) Main CPV code
- 39830000 - Cleaning products
two.1.3) Type of contract
Supplies
two.1.4) Short description
FMM-21-009 Supply and Delivery of Cleaning Materials, Catering Services Hygiene Products and Personal Protective Equipment (PPE) throughout Northern Ireland
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £17,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 03313200 - Natural sponges
- 18142000 - Safety visors
- 18143000 - Protective gear
- 18424000 - Gloves
- 18443500 - Visors
- 19640000 - Polythene waste and refuse sacks and bags
- 33141420 - Surgical gloves
- 34928480 - Waste and rubbish containers and bins
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 42995000 - Miscellaneous cleaning machines
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
This is a multi-location Framework covering all schools/EA locations throughout Northern Ireland - potentially approx. 1,200 locations.
two.2.4) Description of the procurement
FMM-21-009 Supply and Delivery of Cleaning Materials, Catering Services Hygiene Products and Personal Protective Equipment (PPE) throughout Northern Ireland
two.2.5) Award criteria
Price
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 12months
two.2.14) Additional information
The Contract Notice for this procurement was published on Find-A-Tender on 10 September 2021 under the number 2021/S 000-022585.
This Framework Agreement has been 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), school meals kitchens on-site at all of these schools, 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-education-fe-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. The value shown in II.2.7 is the highest value estimated in the following range: 11,000,000 GBP to 17,000,000 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. There is no commitment as to the usage, volume, or value of products required under this Framework Agreement. 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 [services] 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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
This contract is not an award with out prior notice. The Contract Notice for this procurement was published on Find-A-Tender on 10 September 2021 under the number 2021/S 000-022585 and a Corrigendum was also published on 5 October 2021 under the number 2021/s 000-024800.
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 March 2022
five.2.2) Information about tenders
Number of tenders received: 22
Number of tenders received from SMEs: 17
Number of tenders received by electronic means: 22
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Banner Group Limited
Belfast
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
No
five.2.3) Name and address of the contractor
Bunzl UK Ltd T/A Bunzl McLaughlin
Armagh
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Bunzl Retail and Healthcare Supplies Ltd
Larne
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
No
five.2.3) Name and address of the contractor
Cleancare Ireland Ltd
Newtownabbey
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Creative Activity Group Ltd
Londonderry
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Galgorm Hygiene
Ballymena
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Healthy Bean Ltd
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Industrial Floorcare Machines Ltd
Belfast
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Interclean Hygiene & Cleaning Supplies Limited
Belfast
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
John Preston & Co
Lisburn
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Lyreco UK Limited
Telford
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Sharon Services (UK) Ltd
Glasgow
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Stephens Catering Equipment Co Ltd
Belfast
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Healthcare Essentials Ltd
Newtownards
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £17,000,000
Section six. Complementary information
six.3) Additional information
Mini-Competitions:
Further competitions may be commissioned during the framework term for additional cleaning materials, catering services hygiene products and PPE. Such competitions will be run with all Contractors appointed to the framework, irrespective of the Lot they were awarded (unless otherwise excluded through poor performance). At the time of any mini-competition, the Clients will decide the contract term, which shall be no longer than a period of four years.
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.
Education Authority Northern Ireland (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 Authority has included with the contract documents a Social Considerations Schedule, to help achieve the EA's objectives and address the strategic aims, it is required that the successful contractor, as a condition of contract, deliver measurable social value outcomes as set within this Social Considerations 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.
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
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.
The EA operated a standstill period (i.e. a minimum of 10 calendar days). at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.