Contract

FMM-22-010 The Education Authority Term Service Short Contract for the Provision of Building - Response, Planned Maintenance and Minor Works Lots 1, 2 and 3

  • the Education Authority
  • Libraries NI

F03: Contract award notice

Notice identifier: 2024/S 000-028499

Procurement identifier (OCID): ocds-h6vhtk-03df2b

Published 5 September 2024, 4:59pm



Section one: Contracting authority

one.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Contact

facilities.procureeani.org.uk

Email

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.1) Name and addresses

Libraries NI

Lisburn City Library 23 Linenhall Street

Lisburn

BT28 1FJ

Email

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 involves joint procurement

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-22-010 The Education Authority Term Service Short Contract for the Provision of Building - Response, Planned Maintenance and Minor Works Lots 1, 2 and 3

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services and a number of other related disciplines along with Supplementary Skill disciplines. Economic Operators are advised to refer to the tender documents for further information. The project may include task orders with a value of up to £500k. Lot 1 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Mid and East Antrim and Antrim and Newtownabbey Lot 2 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Lisburn and Castlereagh and Ards and North Down Lot 3 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Armagh, Banbridge and Craigavon.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £71,200,000

two.2) Description

two.2.1) Title

Lot 1 Building maintenance service works Area North Council area Mid and East Antrim and Antrim and Newtownabbey Award per Item: No

Lot No

1

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 45453100 - Refurbishment work
  • 45000000 - Construction work
  • 45214000 - Construction work for buildings relating to education and research
  • 45260000 - Roof works and other special trade construction works

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services and a number of other related disciplines along with Supplementary Skill disciplines. Economic Operators are advised to refer to the tender documents for further information. The project may include task orders with a value of up to £500k. Lot 1 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Mid and East Antrim and Antrim and Newtownabbey Lot 2 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Lisburn and Castlereagh and Ards and North Down Lot 3 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Armagh, Banbridge and Craigavon.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Price / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

Lot Contract period of two years with the option of additional periods for a total maximum Lot Contract duration of 4 years.

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 has been awarded by 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 contract these bodies may wish to utilise the Framework 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. Due to the independent nature of these bodies and schools within Northern Ireland, there is no obligation to become party to the Framework. These bodies include:. • 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 onsite at all of these schools, Controlled Youth Centres and Libraries NI.https://www.educationni.gov.uk/services/schools-plus. • Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI; and. https://www.isc.co.uk/schools/northern-ireland/. The value shown in V.2.4 is the highest value is the highest value estimated in the following range for the requirement £10,800,000 ex VAT [£12,960,000 inc. VAT] and £21,600,000 ex VAT [£25,920,000 inc. VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA’s sole discretion.

two.2) Description

two.2.1) Title

Lot 2 Building maintenance service works Area East Council area Lisburn and Castlereagh and Ards and North Down Award per Item: No

Lot No

2

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 45453100 - Refurbishment work
  • 45000000 - Construction work
  • 45214000 - Construction work for buildings relating to education and research
  • 45260000 - Roof works and other special trade construction works

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services and a number of other related disciplines along with Supplementary Skill disciplines. Economic Operators are advised to refer to the tender documents for further information. The project may include task orders with a value of up to £500k. Lot 1 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Mid and East Antrim and Antrim and Newtownabbey Lot 2 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Lisburn and Castlereagh and Ards and North Down Lot 3 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Armagh, Banbridge and Craigavon.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Price / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

Lot Contract period of two years with the option of additional periods for a total maximumLot Contract duration of 4 years.

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 has been awarded by 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 contract these bodies may wish to utilise the Framework 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. Due to the independent nature of these bodies and schools within Northern Ireland, there is no obligation to become party to the Framework. These bodies include:. • 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 onsite at all of these schools, Controlled Youth Centres and Libraries NI.https://www.educationni.gov.uk/services/schools-plus. • Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI; and. https://www.isc.co.uk/schools/northern-ireland/. The value shown in V.2.4 is the highest value is the highest value estimated in the following range for the requirement £10,800,000 ex VAT [£12,960,000 inc. VAT] and £21,600,000 ex VAT [£25,920,000 inc. VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA’s sole discretion.

two.2) Description

two.2.1) Title

Lot 3 Building maintenance service works Area South West Council area Armagh, Banbridge and Craigavon Award per Item: No

Lot No

3

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 45453100 - Refurbishment work
  • 45000000 - Construction work
  • 45214000 - Construction work for buildings relating to education and research
  • 45260000 - Roof works and other special trade construction works

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services and a number of other related disciplines along with Supplementary Skill disciplines. Economic Operators are advised to refer to the tender documents for further information. The project may include task orders with a value of up to £500k. Lot 1 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Mid and East Antrim and Antrim and Newtownabbey Lot 2 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Lisburn and Castlereagh and Ards and North Down Lot 3 Building: comprising administration premises, youth service premises, special schools (including school meals kitchens), primary and nursery schools, post-primary schools (including school meal kitchens) and transport premises and depots in the council areas of Armagh, Banbridge and Craigavon.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Price / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

Lot Contract period of two years with the option of additional periods for a total maximumLot Contract duration of 4 years.

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 has been awarded by 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 contract these bodies may wish to utilise the Framework 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. Due to the independent nature of these bodies and schools within Northern Ireland, there is no obligation to become party to the Framework. These bodies include:. • 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 onsite at all of these schools, Controlled Youth Centres and Libraries NI.https://www.educationni.gov.uk/services/schools-plus. • Grant Controlled Integrated Education Schools in NI. https://www.nicie.org/parents/school-finder/. Independent School in NI; and. https://www.isc.co.uk/schools/northern-ireland/. The value shown in V.2.4 is the highest value is the highest value estimated in the following range for the requirement £14,000,000 ex VAT [£16,800,000 inc. VAT] and £28,000,000 ex VAT [£33,600,000 inc. VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA’s sole discretion.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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 000-019218


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 Building maintenance service works (Area North) (Council area Mid and East Antrim and Antrim and Newtownabbey) Award per Item: No

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 August 2024

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 8

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

Number of tenders received from tenderers from non-EU Member States: 10

Number of tenders received by electronic means: 10

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

five.2.3) Name and address of the contractor

MAURICE FLYNN SONS LTD

2 Springbank Road, Springbank Industrial Estate

BELFAST

BT17 0QL

Email

aidan@mauriceflynn.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £21,600,000

Total value of the contract/lot: £21,600,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 Building maintenance service works (Area East) (Council area Lisburn and Castlereagh and Ards and North Down) Award per Item: No

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 August 2024

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 8

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

Number of tenders received from tenderers from non-EU Member States: 10

Number of tenders received by electronic means: 10

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

five.2.3) Name and address of the contractor

D MARTIN BUILDING

UNIT 11 GLENVIEW IND ESTATE

NEWTOWNARDS

BT23 6AY

Email

dmartinbuilding@gmail.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £21,600,000

Total value of the contract/lot: £21,600,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

3

Lot No

3

Title

Lot 3 Building maintenance service works (Area South West) (Council area Armagh, Banbridge and Craigavon) Award per Item: No

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 August 2024

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 7

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

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 9

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

five.2.3) Name and address of the contractor

Greystone Joinery Construction Ltd

65 Legilly Rd

DUNGANNON

BT70 1PE

Email

info@greystonejc.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £28,000,000

Total value of the contract/lot: £28,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

Contract Monitoring: The Successful Contractor's performance on this Framework will be managed as per the Framework documents and regularly monitored (see Department of. Finance Protocol for Managing Supplier Poor Performance: Protocol for Managing Supplier Poor Performance [pdf stand-alone version].PDF (finance-ni.gov.uk). Contractors not delivering on requirements is a serious matter. It means the public purse is not getting what it is paying for. 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 in the Education Authority (EA) for further action. If this occurs and the Contractor's 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 and this Framework may be terminated. 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 within the Framework documents, a 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 Framework, deliver measurable social value outcomes as set within this Social Considerations Schedule. The EA cannot give any commitment as to the usage, volume, or value of products required under this Framework. Any levels, or aggregate values of services referred to are indicative only and shall not be binding on the Client. The value shown in II.1.7 is the highest value estimated in the following range for the requirement £35,600,000 ex VAT [£42,720,000 inc. VAT] and £71,200,000 ex VAT [£85,440,000 inc. VAT] which has been calculated on the basis of a four year Framework with additional contingency should the demand increase for any reason, given the essential nature of the works under the contract i.e. reactive works which cannot be forecasted in the pre procurement exercise or tender stage. The Authority expressly reserves the rights to utilise the non-exclusivity clauses as outlined in the Framework documents at EA’s sole discretion.

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.

Belfast

Country

United Kingdom