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
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
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
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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-20-060 Repair of Floor Maintenance Machinery for the Education Authority
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
EA invites tenders for FMM-20-060 Repair of Floor Maintenance Machinery for the Education Authority
two.1.5) Estimated total value
Value excluding VAT: £1,020,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50530000 - Repair and maintenance services of machinery
- 39713400 - Floor-maintenance machines
- 39713410 - Floor-cleaning machines
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
EA invites tenders for FMM-20-060 Repair of Floor Maintenance Machinery for the Education Authority
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: £1,020,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Extension Options: The contract has the option to extend for an initial extension period of two (2) years and an additional
option to extend for a further one (1) year as outlined in document 4. FMM-20-060 Services (Contract) Commercial Conditions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Extension Options: The contract has the option to extend for an initial extension period of two (2) years and an additional
option to extend for a further one (1) year as outlined in document 4. FMM-20-060 Services (Contract) Commercial Conditions
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
Education Authority for Northern Ireland invites tenders for the following competition – a Contract for the Repair of Floor Maintenance Machinery throughout Northern Ireland. This Contract 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 contact these bodies may wish to utilise the contract 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 Repair of Floor Maintenance Machines contract. 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 on-site at all of these schools, and Controlled Youth Centres. . https://www.education-ni.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/. • Libraries NI. https://www.librariesni.org.uk/Libraries/.. . . . The value shown in II.2.6 is the highest value estimated in the following range for all three Lots (split by EA localities) £327,000 and £1,020,000 GBP excluding VAT (£392,400 - £1,224,000 including VAT) which has been calculated on the basis of a two year Contract with the option to extend for one period of two years and a further optional extension of one year, as well as additional contingency should the demand increase for any reason. The estimated value per Lot is £109,000 - £340,000 excluding VAT. There is no commitment as to the usage volume or value of orders 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(s) of the [services] covered by this notice; and (IV) to award Contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates. In exceptional circumstances, if the successful contractor is unable to carry out work, the Education Authority reserves the right, at their discretion, to engage another successful contractor from another Lot.
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.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 2022/S 000-010898
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 January 2023
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 April 2023
four.2.7) Conditions for opening of tenders
Date
13 January 2023
Local time
3:30pm
Information about authorised persons and opening procedure
Only EA Procurement staff with access to the project on eTendersNI
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
This Contract will be delivered across three (3) Lots, which will be based on EA’s three geographical locality splits across Northern Ireland as detailed in Annex A the document 1. FMM-20-060 General Information and Instructions. The three Lots contained within this tender will be awarded on the basis of the Most Economically Advantageous Tender (MEAT). Each Lot will be evaluated and awarded independently. Tenderers may bid for one or more Lots, however, to ensure continuity of service and ensure contingency arrangements, with regard to award of the three Lots, a tenderer may only be awarded a maximum of two Lots. In the event that only one compliant bid is received, the authority reserves the right to award all three Lots to the one tenderer. Further information on the proposed allocation of Lots can be found in document 1. FMM-20-060 General Information and Instructions.. . Contract Monitoring: The Successful Contractor's performance on this Contract will be managed as per the specification 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 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 4. FMM-20-060 Services (Contract) Commercial Conditions.
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