Section one: Contracting authority
one.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
Contact
minorworks.procureeani.org.uk
minorworks.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
minorworks.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.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-23-005 The Education Authority Term Service Short Contract for the Provision of Mechanical and Electrical - Response, Planned Maintenance and Minor Works Lots 1, 2 and 3
two.1.2) Main CPV code
- 45453100 - Refurbishment work
two.1.3) Type of contract
Works
two.1.4) Short description
he Measured Term Service Short Contract for the Provision of Mechanical and Electrical: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Mechanical and Electrical maintenance Works 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 Mechanical and Electrical: 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 area of Causeway Coast and Glens. Lot 2 Mechanical and Electrical: 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 area of Newry, Mourne and Down. Lot 3 Mechanical and Electrical: 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 area of Mid-Ulster
two.1.5) Estimated total value
Value excluding VAT: £64,000,000
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 Mechanical and Electrical maintenance works (Area North) (Council Area Causeway Coast and Glens)
Lot No
1
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45351000 - Mechanical engineering installation works
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
he Measured Term Service Short Contract for the Provision of Mechanical and Electrical: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Mechanical and Electrical maintenance Works 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 Mechanical and Electrical: 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 area of Causeway Coast and Glens. Lot 2 Mechanical and Electrical: 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 area of Newry, Mourne and Down. Lot 3 Mechanical and Electrical: 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 area of Mid-Ulster
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Price / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £16,000,000
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
Lot Contract period of two years with the option of additional period(s) for a total maximum Lot Contract
duration of 4 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Lot Contract period of two years with the option of additional period(s) 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 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. 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/school 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 II.2.6 is the highest value estimated in the following range. for the requirement £16,000,000.. (ex VAT) and £19,200,000 (inc VAT) which has been calculated on the basis of a four year Framework. with additional contingency should.. the demand increase for any reason. The Authority expressly reserves the rights: (I) not to award. any Framework or Lot 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) Framework in respect of any part(s) of the. [services] covered by this notice; and (IV) to.. award the Framework in stages and in no circumstances will the Authority be liable for any. costs incurred by candidates (V) 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 Mechanical and Electrical maintenance maintenance works (Area East) (Council Area Newry, Mourne and Down)
Lot No
2
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45351000 - Mechanical engineering installation works
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
he Measured Term Service Short Contract for the Provision of Mechanical and Electrical: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Mechanical and Electrical maintenance Works 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 Mechanical and Electrical: 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 area of Causeway Coast and Glens. Lot 2 Mechanical and Electrical: 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 area of Newry, Mourne and Down. Lot 3 Mechanical and Electrical: 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 area of Mid-Ulster
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Price / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £24,000,000
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
Lot Contract period of two years with the option of additional period(s) for a total maximum Lot Contract
duration of 4 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Lot Contract period of two years with the option of additional period(s) 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 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. 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 II.2.6 is the highest value estimated in the following range for the. requirement £24,000,000.. (ex VAT) and £28,800,000 (inc VAT) which has been calculated on the basis of a four year Framework with. the as well as additional.. contingency should the demand increase for any reason. The Authority expressly reserves the rights: (I) not. to award any Framework. or. Lot 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) Framework in respect of any part(s) of. the [services] covered. by this. notice; and (IV) to award the Framework in stages and in no circumstances will the Authority be liable for. any costs incurred by. candidates. (V) 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 Mechanical and Electrical maintenance works (Area South West) (Council Area Mid-Ulster)
Lot No
3
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45351000 - Mechanical engineering installation works
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
he Measured Term Service Short Contract for the Provision of Mechanical and Electrical: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Mechanical and Electrical maintenance Works 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 Mechanical and Electrical: 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 area of Causeway Coast and Glens. Lot 2 Mechanical and Electrical: 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 area of Newry, Mourne and Down. Lot 3 Mechanical and Electrical: 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 area of Mid-Ulster
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Price / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £24,000,000
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
Lot Contract period of two years with the option of additional period(s) for a total maximum Lot Contract
duration of 4 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Lot Contract period of two years with the option of additional period(s) 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 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. 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 II.2.6 is the highest value estimated in the following range for the. requirement £24,000,000.. (ex VAT) and £28,800,000 (inc VAT) which has been calculated on the basis of a four year Framework with. the as well as additional.. contingency should the demand increase for any reason. The Authority expressly reserves the rights: (I) not. to award any Framework. or. Lot 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) Framework in respect of any part(s) of. the [services] covered. by this. notice; and (IV) to award the Framework in stages and in no circumstances will the Authority be liable for. any costs incurred by. candidates. (V) 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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
12 December 2024
Local time
3:00pm
Changed to:
Date
6 February 2025
Local time
3:00pm
See the change notice.
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: 11 April 2025
four.2.7) Conditions for opening of tenders
Date
12 December 2024
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 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 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.. 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 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 Authority 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 Contracting Authority has included. Social Considerations Clauses within the. Framework.. The value shown. in II.1.5 is. the highest value estimated in the following range for the requirement £64,000,000 (ex vAT) and. £76,800,000 (inc VAT) which. has been. calculated on the basis of a four year Framework with the as well as additional contingency should. the demand increase for. any reason.. The Authority expressly reserves the rights: (I) not to award any Framework or Lot 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) Framework in respect of any part(s) of the [services] covered by this notice; and (IV) to. award the Framework. in stages and in no. circumstances will the Authority be liable for any costs incurred by candidates (V) 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
six.4.2) Body responsible for mediation procedures
The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures.
Belfast
Country
United Kingdom