Section one: Contracting authority
one.1) Name and addresses
Education Authority NI
40 Academy Street
Belfast
BT1 2NQ
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-23-012 Servicing and Repair of Grounds Maintenance Equipment for the Education Authority
Reference number
FMM-23-012
two.1.2) Main CPV code
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.1.3) Type of contract
Services
two.1.4) Short description
FMM-23-012 Servicing and Repair of Grounds Maintenance Equipment for the Education Authority
two.1.5) Estimated total value
Value excluding VAT: £700,000
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 - Locality North
Lot No
1
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
- 50000000 - Repair and maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 50530000 - Repair and maintenance services of machinery
- 34143000 - Winter-maintenance vehicles
- 16160000 - Miscellaneous gardening equipment
- 16310000 - Mowers
- 16311000 - Lawnmowers
- 16000000 - Agricultural machinery
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
FMM-23-012 Servicing and Repair of Grounds Maintenance Equipment for the Education Authority
two.2.5) Award criteria
Quality criterion - Name: Delivery of Services / Weighting: 19.8
Quality criterion - Name: Delivery of Social Value / Weighting: 10.2
Cost criterion - Name: Price / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £420,000
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 period of the Framework.
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: £300,000 to £420,000, excluding 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 orders required under this Framework.
two.2) Description
two.2.1) Title
Lot 2 - Locality East
Lot No
2
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
- 50000000 - Repair and maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 50530000 - Repair and maintenance services of machinery
- 34143000 - Winter-maintenance vehicles
- 16160000 - Miscellaneous gardening equipment
- 16310000 - Mowers
- 16311000 - Lawnmowers
- 16000000 - Agricultural machinery
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
FMM-23-012 Servicing and Repair of Grounds Maintenance Equipment for the Education Authority
two.2.5) Award criteria
Quality criterion - Name: Delivery of Services / Weighting: 19.8
Quality criterion - Name: Delivery of Social Value / Weighting: 10.2
Cost criterion - Name: Price / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £280,000
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 period of the Framework.
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: £200,000 to £280,000, excluding 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 orders required under this Framework.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
List and brief description of selection criteria
As detailed in the tender 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: 20
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 000-037328
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 June 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: 1 October 2024
four.2.7) Conditions for opening of tenders
Date
3 June 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 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. The Successful Contractor(s) performance on this Framework 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 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. 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 with the Framework documents Schedule 8 - 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 orders required under this Framework. Any levels, or aggregate values of goods, referred to are indicative only and. shall not be binding on the Client. The Authority reserves the right not to award all of part of this Framework. The Authority expressly reserves the rights: (I) not to award any Framework 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) Framework(s) in respect of any part(s) of the services covered by this notice; and (IV) to award Framework(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates. Mini-Competitions: A further competition may be commissioned during the framework term for additional servicing and repair of grounds maintenance equipment requirements. Any further mini-competitions for Competed Services will be run with all Contractors appointed to the framework, irrespective of the Lot they were awarded (unless otherwise excluded through poor performance). Once awarded, the Competed Services shall form part of the Standard Services which the successful Framework Provider is eligible to provide under the terms of this Framework Agreement for the duration of the Framework Agreement.
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