Opportunity

FMM-21-001 Supply and Delivery of Paper Hygiene Products for the Education Authority

  • Education Authority NI
  • Council for the Curriculum Examinations and Assessment
  • Armagh Observatory
  • Armagh Planetarium
  • Libraries NI
Show 1 more buyer Show fewer buyers
  • Middletown Centre for Autism

F02: Contract notice

Notice reference: 2021/S 000-010032

Published 7 May 2021, 5:04pm



Section one: Contracting authority

one.1) Name and addresses

Education Authority NI

Belfast

BT1 2NQ

Email

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

Email

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

Email

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

Email

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

Email

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

Email

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

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 electronically via

https://etendersni.gov.uk/epps

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-21-001 Supply and Delivery of Paper Hygiene Products for the Education Authority

Reference number

eTendersNI Ref: 3519815

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-21-001 Supply and Delivery of Paper Hygiene Products for the Education Authority

two.1.5) Estimated total value

Value excluding VAT: £4,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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
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-21-001 Supply and Delivery of Paper Hygiene Products for the Education Authority

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: £4,800,000

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: 3,200,000 GBP to 4,800,000 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.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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: 11

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

8 June 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: 6 September 2021

four.2.7) Conditions for opening of tenders

Date

8 June 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). 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.. . The Contracting Authority has included Social Considerations Clauses within the Framework. These can be found within Schedule 4 - Social Considerations within the Commercial Conditions of Contract.

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.