Section one: Contracting authority
one.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
educationresource.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 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
EDR-23-005 Holistic Options for Promoting REsilience (HOPE) Independent School Counselling and Therapy Service for Post Primary Mainstream Schools, Post Primary Special Schools and EOTAS Provisions
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Holistic Options for Promoting REsilience (HOPE) Independent School Counselling and Therapy Service for Post Primary Mainstream Schools, Post Primary Special Schools and EOTAS Provisions
two.1.5) Estimated total value
Value excluding VAT: £28,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Lot 1 - Post Primary Mainstream
Lot No
1
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 85312300 - Guidance and counselling services
- 85312310 - Guidance services
- 85312320 - Counselling services
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Holistic Options for Promoting REsilience (HOPE) Independent School Counselling and Therapy Service for Post Primary Mainstream Schools, Post Primary Special Schools and EOTAS Provisions
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: £23,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
After the initial contract period there is an option to extend for period(s) up to and including 24 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) Description
two.2.1) Title
Lot 2 - Post Primary Special Schools and EOTAS
Lot No
2
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 85312300 - Guidance and counselling services
- 85312310 - Guidance services
- 85312320 - Counselling services
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Holistic Options for Promoting REsilience (HOPE) Independent School Counselling and Therapy Service for Post Primary Mainstream Schools, Post Primary Special Schools and EOTAS Provisions
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
After the initial contract period there is an option to extend for period(s) up to and including 24 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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Full details can be found in the CfT documents section on eTendersNI.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Full details can be found in the CfT documents section on eTendersNI.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Full details can be found in the CfT documents section on eTendersNI.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Full details can be found in the CfT documents section on eTendersNI.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: 2023/S 000-037223
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 May 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: 26 August 2024
four.2.7) Conditions for opening of tenders
Date
28 May 2024
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: July 2024
six.3) Additional information
Tenderers should ensure they read and understand the documentation found in the CFT documents area of eTendersNI. . As a Public Sector Procurement organisation, EA must adhere to the Procurement Policy Notes, https://www.finance-ni.gov.uk/articles/procurement-policy-notes-ppns. . This tender includes requirements relating to Human Rights, Modern Slavery, Supply Chain Resilience and Social Value and all tenders must meet the requirements detailed in the tender documentation to be compliant. . EA reserves the right to: . 1. Not to award any contract as a result of the procurement process commenced by publication of this notice.. 2. To make whatever changes it may see fit to the content and structure of the tendering competition.. 3. To award (a) contract(s) in respect of any part(s) of the [services] covered by this notice..
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 as amended.
Belfast
Country
United Kingdom