Section one: Contracting authority
one.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
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.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
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-24-001 Equipment for food holding, preparation and transport
Reference number
CAT-24-001
two.1.2) Main CPV code
- 42210000 - Food, beverage and tobacco-processing machinery
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.
two.1.5) Estimated total value
Value excluding VAT: £5,450,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units
Lot No
1
two.2.2) Additional CPV code(s)
- 42215000 - Machinery for the industrial preparation or manufacture of food or drink
- 42215100 - Food-cutting machines
- 42215200 - Food-processing machinery
- 39711211 - Food mixers
- 39711210 - Food blenders
- 39711200 - Food processors
- 39711000 - Electrical domestic appliances for use with foodstuffs
- 39710000 - Electrical domestic appliances
- 39700000 - Domestic appliances
- 39310000 - Catering equipment
- 39312100 - Meat slicers
- 39312200 - Canteen equipment
- 39312000 - Food-preparation equipment
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.
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: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
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 Client cannot guarantee any particular level of business within the Contract. Any. information on previous volumes or value of business are for guidance only and no guarantee. is given as to the exact value under this Contract. Any levels, or aggregate values of goods,. referred to are indicative only and shall not be binding on the Client. The EA reserves the right to move value between the Lots as required, however, the overarching value will not exceed £5,450,000.
two.2) Description
two.2.1) Title
Lot 2 Food Preparation Equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 42215000 - Machinery for the industrial preparation or manufacture of food or drink
- 42215100 - Food-cutting machines
- 42215200 - Food-processing machinery
- 39711211 - Food mixers
- 39711210 - Food blenders
- 39711200 - Food processors
- 39711000 - Electrical domestic appliances for use with foodstuffs
- 39710000 - Electrical domestic appliances
- 39700000 - Domestic appliances
- 39310000 - Catering equipment
- 39312100 - Meat slicers
- 39312200 - Canteen equipment
- 39312000 - Food-preparation equipment
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.
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: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
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 Client cannot guarantee any particular level of business within the Contract. Any. information on previous volumes or value of business are for guidance only and no guarantee. is given as to the exact value under this Contract. Any levels, or aggregate values of goods,. referred to are indicative only and shall not be binding on the Client. The EA reserves the right to move value between the Lots as required, however, the overarching value will not exceed £5,450,000.
two.2) Description
two.2.1) Title
Lot 3 Food Transport Equipment
Lot No
3
two.2.2) Additional CPV code(s)
- 42215000 - Machinery for the industrial preparation or manufacture of food or drink
- 42215100 - Food-cutting machines
- 42215200 - Food-processing machinery
- 39711211 - Food mixers
- 39711210 - Food blenders
- 39711200 - Food processors
- 39711000 - Electrical domestic appliances for use with foodstuffs
- 39710000 - Electrical domestic appliances
- 39700000 - Domestic appliances
- 39310000 - Catering equipment
- 39312100 - Meat slicers
- 39312200 - Canteen equipment
- 39312000 - Food-preparation equipment
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.
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: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
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 Client cannot guarantee any particular level of business within the Contract. Any. information on previous volumes or value of business are for guidance only and no guarantee. is given as to the exact value under this Contract. Any levels, or aggregate values of goods,. referred to are indicative only and shall not be binding on the Client. The EA reserves the right to move value between the Lots as required, however, the overarching value will not exceed £5,450,000.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per 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: 9
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.2.2) Time limit for receipt of tenders or requests to participate
Date
15 August 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: 13 November 2024
four.2.7) Conditions for opening of tenders
Date
15 August 2024
Local time
3:30pm
Information about authorised persons and opening procedure
Only EA CPS staff with access to the CfT
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This framework is let by the Northern Ireland Education Authority (“EA”) and is open to the EA, including NI educational bodies as follows and at some point during the life of the Framework these bodies may wish to utilise the agreement and should have access, at any point, with the permission of EA. This agreement is not intended to replace any current agreements that participating or non-participating institutions may already have in place.. . https://www.education-ni.gov.uk/services/schools-plus. 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), school meals kitchens on-site at all of these schools, and Controlled Youth Centres. . . https://www.nidirect.gov.uk/contacts/further-education-fe-colleges. Further Education Colleges in NI . . https://www.nicie.org/parents/school-finder/. Grant Controlled Integrated Education Schools in NI. . https://www.isc.co.uk/schools/northern-ireland/. Independent School in NI. . 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). 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 supplies 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.
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; a
Country
United Kingdom