Tender

FMM-21-016 Collection, Delivery, Transfer and Disposal Services for the Education Authority

  • Education Authority NI

F02: Contract notice

Notice identifier: 2021/S 000-031103

Procurement identifier (OCID): ocds-h6vhtk-0300f6

Published 14 December 2021, 2:25pm



Section one: Contracting authority

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

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Tenders or requests to participate must be submitted to the above-mentioned address

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-21-016 Collection, Delivery, Transfer and Disposal Services for the Education Authority

Reference number

3913264

two.1.2) Main CPV code

  • 60180000 - Hire of goods-transport vehicles with driver

two.1.3) Type of contract

Services

two.1.4) Short description

FMM-21-016 Collection, Delivery, Transfer and Disposal Services for the Education Authority for an initial period of 24 months with the option to extend for 2 further periods of 12 months.

two.1.5) Estimated total value

Value excluding VAT: £650,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot 1 -South West

Lot No

1

two.2.2) Additional CPV code(s)

  • 60181000 - Hire of trucks with driver
  • 98341120 - Portering services
  • 44619300 - Crates
  • 60183000 - Hire of vans with driver

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
Main site or place of performance

This is a multi site contract for delivery of services throughout Northern Ireland

two.2.4) Description of the procurement

FMM-21-016 Collection, Delivery, Transfer and Disposal Services for the Education Authority for an initial period of 24 months with the option to extend for 2 further periods of 12 months.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £200,000

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

Extension Options: This Contract has the option to extend for two further periods of 12 months as outlined in document FMM-21-016 Commercial Conditions of Contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Extension Options: This Contract has the option to extend for two further periods of 12 months as outlined in document FMM-21-016 Commercial Conditions of Contract.

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 Contract will be established on behalf of EA, 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.education-ni.gov.uk/services/schools-plus. Due to the independent nature of these bodies and schools within Northern Ireland, there is no obligation to become party to the Collection, Delivery Transfer and Disposal Services Contract if a value for money solution can be achieved through an alternative contract. The value shown in II.2.6) is the highest value estimate on the basis of a two year contract with the option to extend the contract for two further periods of 12 months as detailed in document FMM-21-016 Commercial Conditions of Contract. There is no commitment as to the usage, volume, or value of products required under this Contract. The Authority expressly reserves the rights: (I) not to award any contract as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering Competition; (III) to award a contract in respect of any part of the [services] covered by this notice. In no circumstances will the Authority be liable for any costs incurred by candidates.

two.2) Description

two.2.1) Title

Lot 2 - North

Lot No

2

two.2.2) Additional CPV code(s)

  • 60181000 - Hire of trucks with driver
  • 98341120 - Portering services
  • 44619300 - Crates
  • 60183000 - Hire of vans with driver

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
Main site or place of performance

This is a multi site contract for delivery of services throughout Northern Ireland

two.2.4) Description of the procurement

FMM-21-016 Collection, Delivery, Transfer and Disposal Services for the Education Authority for an initial period of 24 months with the option to extend for 2 further periods of 12 months.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £200,000

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

Extension Options: This Contract has the option to extend for two further periods of 12 months as outlined in document FMM-21-016 Commercial Conditions of Contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Extension Options: This Contract has the option to extend for two further periods of 12 months as outlined in document FMM-21-016 Commercial Conditions of Contract.

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 Contract will be established on behalf of EA, 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.education-ni.gov.uk/services/schools-plus. Due to the independent nature of these bodies and schools within Northern Ireland, there is no obligation to become party to the Collection, Delivery Transfer and Disposal Services Contract if a value for money solution can be achieved through an alternative contract. The value shown in II.2.6) is the highest value estimate on the basis of a two year contract with the option to extend the contract for two further periods of 12 months as detailed in document FMM-21-016 Commercial Conditions of Contract. There is no commitment as to the usage, volume, or value of products required under this Contract. The Authority expressly reserves the rights: (I) not to award any contract as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering Competition; (III) to award a contract in respect of any part of the [services] covered by this notice. In no circumstances will the Authority be liable for any costs incurred by candidates.

two.2) Description

two.2.1) Title

Lot 3 - East

Lot No

3

two.2.2) Additional CPV code(s)

  • 60181000 - Hire of trucks with driver
  • 98341120 - Portering services
  • 44619300 - Crates
  • 60183000 - Hire of vans with driver

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
Main site or place of performance

This is a multi site contract for delivery of services throughout Northern Ireland

two.2.4) Description of the procurement

FMM-21-016 Collection, Delivery, Transfer and Disposal Services for the Education Authority for an initial period of 24 months with the option to extend for 2 further periods of 12 months.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £250,000

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

Extension Options: This Contract has the option to extend for two further periods of 12 months as outlined in document FMM-21-016 Commercial Conditions of Contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Extension Options: This Contract has the option to extend for two further periods of 12 months as outlined in document FMM-21-016 Commercial Conditions of Contract.

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 Contract will be established on behalf of EA, 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.education-ni.gov.uk/services/schools-plus. Due to the independent nature of these bodies and schools within Northern Ireland, there is no obligation to become party to the Collection, Delivery Transfer and Disposal Services Contract if a value for money solution can be achieved through an alternative contract. The value shown in II.2.6) is the highest value estimate on the basis of a two year contract with the option to extend the contract for two further periods of 12 months as detailed in document FMM-21-016 Commercial Conditions of Contract. There is no commitment as to the usage, volume, or value of products required under this Contract. The Authority expressly reserves the rights: (I) not to award any contract as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering Competition; (III) to award a contract in respect of any part of the [services] covered by this notice. In no circumstances will the Authority be liable for any costs incurred by candidates.


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.2.2) Time limit for receipt of tenders or requests to participate

Date

19 January 2022

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: 19 April 2022

four.2.7) Conditions for opening of tenders

Date

19 January 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

Contract Monitoring: The Successful Contractor's performance on this Contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 – Contract Management - Procedures and Principles). Contractors not delivering on contract 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 contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach. satisfactory levels of contract performance, the matter will be escalated to senior management in 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 Contract 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. Education Authority Northern Ireland (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 Authority has included with the contract 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 contract, deliver measurable social value outcomes as set within this Social Considerations Schedule. The Authority cannot give any commitment as to the usage, volume, or value of products required under this Contract. Any levels, or aggregate values of services referred to are indicative only and shall not be binding on the Client. The Contracting Authority has included Social Considerations Clauses within the Contract. These can be found within Schedule 4 - Social Considerations within the document FMM-21-016 Commercial Conditions of Contract. Tenderers may bid for one or more lots and each lot will be evaluated individually. Following evaluation, Tenderers will be ranked in order of the most economically advantageous for each lot (i.e. the tenderer with the highest score will be ranked first and the others in descending ranked order). Two contractors will be appointed to each Lot. During the contract orders will be placed with the first ranked Contractor. For continuity of service purposes, the Education Authority reserves the right, in the event of capacity issues, to move to the second ranked Contractor who will be approached to fulfil all or part of the client’s requirements.. . A Tenderer can only win a maximum of two Lots. An award of contract, can be made if a Tenderer is the highest Ranking tenderer for up to two Lots. However, if a Tenderer is the highest scoring tender across three Lots, then the following hierarchy will apply for awarding the contract as per the following hierarchy based on the Contracting Authority’s anticipated expenditure i.e Lot 3 Locality East, and descending in order to Lot 2 Locality North and then Lot 1 Locality South West:-:. . 1) Lot 3 Locality East will be awarded First. 2) Lot 2 Locality North will be awarded next. 3) Then the successful Tenderer in Lot 3 and Lot 2 will be excluded from the award of Lot 1 Southwest and the next highest-ranking Tenderer will be awarded Lot 1.. . Note: For the avoidance of doubt. The process outlined above for the allocation of Lots only applies to the number one ranked tenderer and does not apply to the tenderer ranked in second place. For example, a tenderer may be awarded onto a Lot as the second ranked tenderer in two of the Lots and may also be awarded as the number one ranked tenderer for the remaining Lot. .

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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.

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

EA will apply a 10 day standstill period in compliance with Public Contract Regulations 2015

Belfast

Country

United Kingdom