Section one: Contracting authority
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
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