Awarded contract

Provision of Planned and Responsive Maintenance and Minor Works - Belfast Building Lot 2

  • Education Authority NI

F20: Modification notice

Notice reference: 2022/S 000-017357

Published 24 June 2022, 2:20pm



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


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Planned and Responsive Maintenance and Minor Works - Belfast Building Lot 2

Reference number

Belfast Building Lot 2

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 and Responsive Building Maintenance and Minor Works to be carried

out in schools and associated facilities located in the Education Authority (Belfast Region)

Area Lot 2.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

25 June 2022

End date

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2022/S 000-010139


Section five. Award of contract/concession

Contract No

Belfast Building Lot 2

Title

Provision of Planned and Responsive Maintenance and Minor Works - Belfast Building Lot 2

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

Maurice Flynn and Sons Ltd

Belfast

Email

business@mauriceflynn.com

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

www.mauriceflynn.com

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: £10,000,000


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 Building Maintenance and Minor

Works (Belfast Region) Lot 2 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

31 May 2024

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£10,000,000

seven.1.7) Name and address of the contractor/concessionaire

Maurice Flynn and Sons Ltd

Belfast

Email

business@mauriceflynn.com

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

www.mauriceflynn.com

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):

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.

The total value of the extension is 10,000,000 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 10 000 000 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 105-278046) 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 BCE15 5.5 pct applies to Sections 1, 2, 4, 5 and 6 of

Price List; PSA SOR DEC12 5.0 pct applies to Section 7 Item OT070. 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 the EA’s intention, upon receipt of the 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 (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.

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: £26,150,000

Total contract value after the modifications

Value excluding VAT: £36,150,000