Section one: Contracting authority/entity
one.1) Name and addresses
Education Authority NI
40 Academy Street
Belfast
BT1 2NQ
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
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Planned and Responsive Maintenance and Minor Works - Omagh M&E Lot 1
Reference number
Omagh M&E Lot 1
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement at the time of conclusion of the contract:
Provision of Planned Maintenance and Response Works for EANI across its property
portfolio in the old Western Education and Library Board area, Contract Lot 3 which includes
but is not limited to controlled and uncontrolled schools
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
25 June 2022
End date
30 September 2023
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.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2022/S 000-010148
Section five. Award of contract/concession
Contract No
2022/S 000-010148
Title
Omagh M&E Lot 1
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
12 April 2022
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Irwin ME Ltd
Portadown
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
Internet address
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £4,000,000
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.
Ballymena
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 45210000 - Building construction work
seven.1.3) Place of performance
NUTS code
- UKN - Northern Ireland
seven.1.4) Description of the procurement:
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 a Term Service Contract for Maintenance (M&E) and Minor
Works in the Western Education and Library Board area (Area 1), Contract Lot 3 as further
described in OJEU Contract Notice and as outlined in the previous VEAT issued on 15 April 2022.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
25 June 2022
End date
30 September 2023
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£4,000,000
seven.1.7) Name and address of the contractor/concessionaire
Irwin ME Ltd
Portadown
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
Internet address
The contractor/concessionaire is an SME
Yes
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Nature and extent of the modifications (with indication of possible earlier changes to the
contract):
An extension to 31 May 2023 with the further option for EANI, in its absolute discretion, to
extend for four months to 30 September 2023.
The total value of the extension is £4,000,000 GBP.
Further information in VII.2.2 below.
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
Regulation 72(1)(c) permits this extension due to unforeseen circumstances which a diligent
contracting authority could not have foreseen, the overall nature of the contract is not
altered and Modification value is GBP 4 000 000 which does not exceed 50 % of the 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 105-278053) 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 12.6 pct, 14.1 pct and 13.9
pct respectively, applies to Sections 1, 2, 3 and 4 of Price List; Rate B/D/E applies to Section
3; PSA SOR MECH11 Rate A, Rate B/D/E, Rate C 20.7 pct, 12.2 pct and 13.9 pct respectively,
applies to Sections 1, 2 and 3; Rate B/D/E applies to Section 3; PSA SOR BCE09 14.3 pct
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 Lot
received on or after 1 June 2022, an additional amount for travel has been included. It is the
EA’s intention, upon receipt of compelling evidence, to consider the review of certain prices
in the price lists for specific elements of which the 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 (wetpour) 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.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £17,250,000
Total contract value after the modifications
Value excluding VAT: £21,250,000