Section one: Contracting authority
one.1) Name and addresses
EDUCATION AUTHORITY
40 Academy Street
BELFAST
BT1 2NQ
Contact
facilities.procure@eani.org.uk
facilities.procure@eani.org.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://etendersni.gov.uk/epps
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-21-001-02 Secondary Competition for Supply and Delivery of Paper Hygiene Products
Reference number
FMM-21-001-02
two.1.2) Main CPV code
- 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
two.1.3) Type of contract
Supplies
two.1.4) Short description
FMM-21-001-02 Secondary Competition for Supply and Delivery of Paper Hygiene Products throughout Northern Ireland
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £570,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
This is a secondary competition that has been run from Framework FMM-21-001, covering all schools/EA locations throughout Northern Ireland - potentially approx 1,200 locations.
two.2.4) Description of the procurement
FMM-21-001-02 Secondary Competition for Supply and Delivery of Paper Hygiene Products throughout Northern Ireland.
This secondary competition invited tenders from all Contractors named within framework FMM-21-001 to submit tender bids for 12 lots which fall within the scope of the original framework.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
FMM-21-001-02 will be subject to the extension periods of the main competition FMM-21-001 i.e. the initial Contract Period will end on 30 June 2024, following which there is the option for one further extension of up to 12 months.
two.2.14) Additional information
This Secondary Competition from Framework Agreement FMM-21-009 has been 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 Schools 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
Further Education Colleges in NI:
https://www.nidirect.gov.uk/contacts/further-education-fe-colleges
Grant Controlled Integrated Education Schools in NI:
https://www.nicie.org/parents/school-finder/
Independent School in NI:
https://www.isc.co.uk/schools/northern-ireland/
Libraries NI:
https://www.librariesni.org.uk/Libraries/
EA Teachers' and Educational Centres
Council for the Curriculum, Examination and Assessment NI (CCEA)
Armagh Observatory and Planetarium
Middletown Centre for Autism
Controlled Schools Support Council (CSSC)
Northern Ireland Council for Integrated Education (NICIE)
who may also use the original framework and any subsequent secondary competitions
awarded from it.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
This contract is not an award without prior notice.
This is a secondary competition from the original framework FMM-21-001.
A Contract Award notice for the original framework FMM-21-001 was
published on 24 November 2021 under the
number 2021/S 000-029274
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
Contract No
FMM-21-001-02
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 November 2023
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Galgorm Hygiene
7 Corbally Road Galgorm
Ballymena
BT42 1JQ
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
Justification for not providing organisation identifier
Not on any register
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
LYRECO UK LIMITED
UNIT 5, DEER PARK COURT
Telford
TF2 7NB
Country
United Kingdom
NUTS code
- UK - United Kingdom
Justification for not providing organisation identifier
Not on any register
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £285,000
Section six. Complementary information
six.3) Additional information
The value shown in II.1.7 refers to the estimated value of the 12 tendered Lots based on historical usage figures.
There is no additional value added to the existing frame FMM-21-001 i.e. all spend under this Secondary Competition falls under the value of the original framework FMM-21-001 (£4,800,000)
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.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.
The EA operated a standstill period (i.e. a minimum of 10 calendar days) at the point
information on the award of the contract was communicated to tenderers. That notification
provided full information on the award decision. This provided time for the unsuccessful
tenderers to challenge the award decision before the contract was entered into.