Awarded contract

Provision of Planned and Responsive Maintenance and Minor Works - Armagh M&E Lot 2

  • Education Authority NI

F15: Voluntary ex ante transparency notice

Notice reference: 2022/S 000-010136

Published 15 April 2022, 4:42pm



Section one: Contracting authority/entity

one.1) Name and addresses

Education Authority NI

40 Academy Street

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.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

Provision of Planned and Responsive Maintenance and Minor Works - Armagh M&E Lot 2

Reference number

Armagh M&E Lot 2

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The award of a contract by Education Authority Northern Ireland (EANI) without prior publication of a call for competition in the Official Journal of the European Union, in respect of the continued provision of Contract Lot 2: Term Service Contracts for Mechanical and Electrical Maintenance and Minor Works in the old Southern Education and Library Board area, Contract Lot 2 as further described in OJEU Contract Notice and as outlined in the previous VEAT issued on 28 May 2021.

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: £24,000,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Provision of planned and responsive maintenance works for EANI across its property portfolio in the old Southern Education and Library Board area, Contract Lot 2 which includes but is not limited to controlled and uncontrolled schools.

two.2.11) Information about options

Options: Yes

Description of options

An extension to 31 May 2023 with the option for EANI to extend at its absolute discretion for an additional period of four months until 30 September 2023 and for a further additional period of four months until 31 January 2024 and for a final further additional period of four months until 31 May 2024.

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

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:

Regulation 72(1)(c) permits this extension due to unforeseen circumstances which a diligent contracting authority could not have foreseen, overall nature of the contract is not altered and Modification value is GBP 24 000 000 which does not exceed 50 % of original contract value. This contingency includes sums to permit work in other Lots (as per the contract and Regulation 72 (1) (a)). To secure continuity, Task Orders issued on/after 1 July 2021 as per VEAT (2021/S 105-278042) are adjusted for inflation, calculated with the BCIS Measured Term Contract Updating Percentages. Inflation from mid-point of original contract to 31 March 2021 is: PSA SOR ELEC11 Rate A, Rate B/D/E, Rate C 4.9 pct, 9.2 pct and 8.6 pct respectively, applies to Sections 1, 2, 3, 4 and 5 of Price List; Rate B/D/E applies to Sections 3 and 5; PSA SOR MECH11 Rate A, Rate B/D/E, Rate C 9.8 pct, 6.7 pct and 8.6 pct respectively, applies to Sections 1, 2 and 3; Rate B/D/E applies to Sections 2 and 3; PSA SOR BCE09 8.8pct applies to Section 4 Item OT010.370 to 460. Inflation after 1 April 2021 is changed in BCIS MTC Updating Percentages from 31 March 2021 indices, based on TO issue date/latest published index. For travel expenses for Response Task Orders issued outside of the Lot received on or after 1 June 2022, an additional amount for travel has been included. It is EA’s intention, upon receipt of compelling evidence, to consider the review of certain prices in price lists for specific elements of which impact of inflation is higher than what could have reasonably and diligently anticipated. This includes: Aluminium window systems and associated items comprising glazing, flashings and insulated panels, Aluminium curtain walling and associated items comprising glazing, flashings and insulated panels, Aluminium doors and associated items comprising sidelights and fanlights, Coated macadam roads and pavings and associated items comprising regulating courses, Asphalt roads and pavings and associated items comprising chippings, Proprietary coloured safety sports surfacings (wet-pour) and associated items comprising logos, patterns, graphics. Metal fencing comprising chain link, anti-intruder chain link, steel palisade security, roll-top, rigid mesh panel, steel ball-stop and rotating barrier, and associated items comprising straining posts and single and double gates (excluding work to old fencing) copper cabling comprising HV/LV cables, standard power cables 600/1000V, armoured and armoured: fire resistant, sizes exceeding 500mm² one core, 185mm² two core, 120mm² three core and 95mm² four core (Rate A only) Copper cabling comprising HV/LV cables: standard power cables 1900/3300V, armoured, sizes exceeding 150mm² one core and 120mm² two core (Rate A only)

Regulation 72(1)(b) further permits this extension as a change of provider:

(i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued access to EANI schools and facilities and could result in partial/total closure of schools; and

(ii) will cause significant inconvenience and duplication of costs.

EANI envisages new contract award by 30/09/23.

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/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

12 April 2022

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

CHC Group Ltd

Craigavon

Email

info@chcltd.com

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

http://www.chcltd.com/

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £24,000,000


Section six. Complementary information

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

Belfast

Country

United Kingdom