Contract

CAT-21-005 Disposable/Sustainable Catering Products

  • the Education Authority

F03: Contract award notice

Notice identifier: 2023/S 000-015113

Procurement identifier (OCID): ocds-h6vhtk-03106f

Published 26 May 2023, 2:20pm



Section one: Contracting authority

one.1) Name and addresses

the Education Authority

3 Charlemont Place

Armagh

BT61 9AX

Contact

catering.procureeani.org.uk

Email

catering.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.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

CAT-21-005 Disposable/Sustainable Catering Products

two.1.2) Main CPV code

  • 39222000 - Catering supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

The EA has a requirement for the supply of Disposable/Sustainable Catering Products to locations within Northern Ireland from suppliers that have recent experience in the supply and delivery of similar products on a regular basis. The framework period will be four years from the date stated in Award Letter. Although the EA Catering Service will be the main user of this framework, other locations within Northern Ireland will be given access to the framework schedule such as schools, including Home Economics departments and youth centres. A full list of permitted users can be found at Schedule B within Attachment 2.

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: £5,400,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 39222100 - Disposable catering supplies

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The EA has a requirement for the supply of Disposable/Sustainable Catering Products to locations within Northern Ireland from suppliers that have recent experience in the supply and delivery of similar products on a regular basis. The framework period will be four years from the date stated in Award Letter. Although the EA Catering Service will be the main user of this framework, other locations within Northern Ireland will be given access to the framework schedule such as schools, including Home Economics departments and youth centres. A full list of permitted users can be found at Schedule B within Attachment 2.

two.2.5) Award criteria

Quality criterion - Name: AC1 Performance Management Methodology / Weighting: / Weighting: 30

Quality criterion - Name: AC2 Social Value Initiatives / Weighting / Weighting: 10

Cost criterion - Name: AC3 Evaluation Cost / Weighting / Weighting: 60

two.2.11) Information about options

Options: No

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 is let by the Northern IrelandEducation Authority ‘EA’ and is open to theEA, including NI educational bodies as follows:primary and post primary schools underthe control of the EA, catholic maintainedschools, independent schools in NI, IrishMedium Schools in NI, both controlledand grant controlled integrated educationschools, voluntary grammar schools, schoolkitchens, further education colleges in NI,Nursery School for NI both controlledand Catholic Maintained, controlled youthcentres and teachers’ centres. A list of currentorganisations can be found as follows: https://www.education-ni.gov.uk/services/schoolsplus, https://www.educationni.gov.uk, https://www.isc.co.uk/schools/northern-ireland/,https://www.nidirect.gov.uk/contacts/furthereducation-fe-colleges, https://www.education,ni.gov.uk/publications/list-controlled-schools,https://www.nicie.org/parents/schoolfinder/. At some point during the life ofthe framework, any current and future EAcustomers, and educational bodies, may wishto utilise the agreement and should haveaccess, at any point, with the permissionof EA. This agreement is not intended toreplace any current agreements, eitherparticipating or non-participating institutionsmay already have in place. A list of otherpotential users is available as follows: LibraryNI: https://www.librariesni.org.uk/Libraries/Pages/libraries-home.aspx. Council for theCurriculum, Examination and Assessment NICCEA. Armagh Observatory and Planetarium.Northern Ireland Local Government OfficersSuperannuation Committee NILGOSC.Middletown Centre for Autism. ControlledSchools Support Council CSSC


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

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 000-005993


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 May 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

HENDERSON FOODSERVICE LTD

Po Box 49

NEWTOWNABBEY

BT36 4RS

Email

dermot.mcpeake@henderson-group.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £5,400,000

Total value of the contract/lot: £5,400,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The UK does not currently have have any such bodies with responsibilities for appeal/mediation procedures

3 Charlemont Place

Armagh

BT61 9AX

Country

United Kingdom