Section one: Contracting authority/entity
one.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
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
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Planned and Responsive Maintenance and Minor Works - Belfast Building Lot 2 Reference number Belfast Building Lot 2
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement at the time of conclusion of the contract:
Provision of Planned and Responsive Building Maintenance and Minor Works to be carried
out in schools and associated facilities located in the Education Authority (Belfast Region)
Area Lot 2.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
4 December 2025
End date
31 March 2026
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2025/S 000-051275
Section five. Award of contract/concession
Contract No
2025/S 000-051275
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
8 October 2025
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Maurice Flynn and Sons Ltd
Belfast
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
Internet address
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £10,000,000
Section six. Complementary information
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
Belfast
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 45210000 - Building construction work
seven.1.3) Place of performance
NUTS code
- UKN - Northern Ireland
seven.1.4) Description of the procurement:
The award of a contract by Education Authority Northern Ireland (EANI) without prior publication of a call for competition in the Official Journal of the European Union, in respect of the continued provision of a Term Service Contract for Building Maintenance and Minor Works (Belfast Region) Lot 2 as further described in OJEU Contract Notice and as outlined in the previous VEAT issued on 28 May 2021, 15 April 2022, 13 December 2022, 7 September 2023, 27 October 2023, 8 February 2024, 12 April 2024 and 26 August 2025.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
1 June 2022
End date
31 March 2026
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£10,000,000
seven.1.7) Name and address of the contractor/concessionaire
Maurice Flynn and Sons Ltd
Belfast
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
Internet address
The contractor/concessionaire is an SME
Yes
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
This Notice concerns VEAT Notice issued on 26.08.25 detailing EANI’s extension of the contract until 31.03.26 with further option for EANI, in its absolute discretion, to terminate the contract by providing two months’ notice.
EANI needs to extend the duration and value of this contract as additional expenditure has been incurred due to unforeseen additional budget release which the consequent additional funding facilitated additional works and unforeseen demand in respect of response works and for works to accommodate children with SEN.A rise in statutory compliance works and reactive maintenance works that EANI had to undertake has resulted in substantial expenditure.
At the time of the previous VEAT Notice,EANI hoped that another tender would be awarded resulting in decreased demand on this contract,however,the award has been delayed.The current procurement is intended to be replaced by 6 procurements,representing a portion of the services previously delivered.Procurements 1 + 2 have been awarded.A challenge lodged in respect of Procurement 3,caused significant and unforeseen delay and subsequent procurements. This challenge,and the time required to address it,was not foreseeable.
As a result,it has not yet been possible to finalise the awards the remaining Procurements.Therefore,it has become necessary to continue delivering the services under the current contract to ensure continuity of service delivery.This requires an extension of the current contract beyond its original transition period.
An uplift is required to reflect the extended duration.The delays to the replacement procurements+ongoing operational reliance on this contract,means the contract must remain active for longer than could have been foreseen.It is necessary to increase the contract value to allow services to continue during this extended period.
Delays in the implementation of key systems required,including those necessary to support digital integration,have impacted project timelines.The implementation of the contractor’s API with the EA’s systems has taken longer than anticipated. This has had an unexpected effect on Procurements 3, 4, 5 and 6,dependencies not foreseeable at the time of the original procurement and have led to additional delays with the award timeline. Further information in VII.2.2 below.
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
This,combined with the effect of inflation which not anticipated at the time of the original Contract Notice. The total value of the extension is 10,000,000GBP which does not exceed 50 % of the original contract value. This contingency includes sums to permit work in other Lots (as per contract + Reg 72 (1)(a)).This uplift is in addition to the 10,000,000GBP applied detailed in the previous VEAT Notice 2024/S 000-012065 published on 12 April 2024.
The uplift in value is also being sought as a precautionary measure to ensure continued service delivery of the SEN programme and potential of ongoing response maintenance works.
Reg 72(1)(c) permits this extension+increase in value of the Contract,due to unforeseen circumstances;the demand caused by delayed tenders;reallocation of works due to contractor withdrawal;API implementation timeframe.
To ensure continued access to schools and the scale,complexity and nature of the construction works and possible duplication of costs it is not possible to change the current provider.Regulation 72(1)(b) further permits this as a change of provider:
(i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued access to EANI schools and facilities and could result in partial/total closure of schools; and
(ii) will cause significant inconvenience and duplication of costs. EANI envisages new contract award by 31/03/26 and the contract extension permits the CA to terminate the contract before this date upon the provision of two months’ notice.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £56,150,000
Total contract value after the modifications
Value excluding VAT: £66,150,000