Section one: Contracting authority
one.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
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 is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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
TRN-23-001 EA Home to School Bus CCTV Maintenance, Repair, Supply and Installation
Reference number
TRN-23-001
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Education Authority is inviting Tenders for the purpose of establishing a contract for the provision of EA Home to School Bus CCTV Maintenance, Repair, Supply and Installation across all EA Regions in Northern Ireland for a period of 12 months with two 24-month extension options. It should be noted that the extension options may or may not be exercised.
two.1.5) Estimated total value
Value excluding VAT: £930,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50800000 - Miscellaneous repair and maintenance services
- 51000000 - Installation services (except software)
- 51100000 - Installation services of electrical and mechanical equipment
- 51300000 - Installation services of communications equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Education Authority is inviting Tenders for the purpose of establishing a contract for the provision of EA Home to School Bus CCTV Maintenance, Repair, Supply and Installation across all EA Regions in Northern Ireland for a period of 12 months with two 24-month extension options. It should be noted that the extension options may or may not be exercised.
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: £930,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
The Contract has the option to extend for up to two 24-month extension options.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract has the option to extend for up to two 24-month extension options.
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
From estimates, the projected value of this contract is estimated to be between £775,000 and £930,000. exclusive of VAT (Maximum value is £1,116,000 inclusive VAT) for Maximum Contract Period including extensions. This estimate is based. on historical usage information plus a contingency figure. The estimate covers the full period of the contract. . There is no guarantee of. the volume required during the Contract Period or to the exact value of orders placed through it i.e. the Client makes no commitment on. the frequency or . value of orders over the Contract Period.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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: 2024/S 000-010470
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 January 2025
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: 1 May 2025
four.2.7) Conditions for opening of tenders
Date
31 January 2025
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Tenderers should ensure they read and understand the documentation found in the CFT documents area of eTendersNI. As a Public Sector Procurement organisation, EA must adhere to the Procurement Policy Notes, https://www.finance-ni.gov.uk/articles/procurement-policy-notes-ppns. This tender includes requirements relating to Human Rights, Modern Slavery, Supply Chain Resilience and Social Value. and all tenders must meet the requirements detailed in the tender documentation to be compliant. EA reserves the right to: 1. Not to. award any contract as a result of the procurement process commenced by publication of this notice. 2. To make whatever changes it. may see fit to the content and structure of the tendering competition. 3. To award (a) contract(s) in respect of any part(s) of the [services]. covered by this notice. The Authority cannot give any commitment as to the usage, volume, or value of orders required under this. Contract. Any levels, or aggregate values of goods or services, referred to are indicative only and shall not be binding on the Client
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 as amended
Belfast
Country
United Kingdom