Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
UK
E-mail: facilities.procure@eani.org.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority
II.1.2) Main CPV code
33760000
II.1.3) Type of contract
Supplies
II.1.4) Short description
FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
9 288 504.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Tork Paper Hygiene Products
II.2.2) Additional CPV code(s)
33761000
33763000
42968000
42968300
II.2.3) Place of performance
NUTS code:
UKN
UKN0
II.2.4) Description of the procurement
FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
Yes
Description of options:
Option to undertake mini-competitions during the Framework Agreement Period
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The value shown in II.2.6 is the highest value estimated in the following range: £3,222,000to £4,833,000 GBP excluding VAT £3,866,400 to £5,799,600 GBP inclusive of VAT forLot 1. The value has been calculated on the basis of a fouryear framework and includes contingency for higher demand during the Framework Period,for all Clients. There is no commitment as to the usage, volume, or value of products requiredunder this Framework Agreement.
Lot No: 2
II.2.1) Title
Generic Paper Hygiene Products
II.2.2) Additional CPV code(s)
33761000
33763000
42968000
42968300
II.2.3) Place of performance
NUTS code:
UKN
UKN0
II.2.4) Description of the procurement
FMM-23-007 Supply and Delivery of Paper Hygiene Products to the Education Authority
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
Yes
Description of options:
Option to undertake mini-competitions during the Framework Agreement Period
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The value shown in II.2.6 is the highest value estimated in the following range: £2,970,000to £4,455,000 GBP excluding VAT £3,564,000 to £5,346,000 GBP inclusive of VAT forLot 2. The value has been calculated on the basis of a fouryear framework and includes contingency for higher demand during the Framework Period,for all Clients. There is no commitment as to the usage, volume, or value of products requiredunder this Framework Agreement
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-010996
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Tork Paper Hygiene Products
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/06/2024
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Galgorm Hygiene
7 Corbally Road
Ballymena
BT42 1JQ
UK
Telephone: +44 2825643211
E-mail: nikitta.andrew@galgormgroup.com
Fax: +44 2825647614
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 4 833 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 2
Title: Generic Paper Hygiene Products
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/06/2024
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
LYRECO UK LIMITED
UNIT 5, DEER PARK COURT
TELFORD
TF2 7NB
UK
Telephone: +44 1952293000
E-mail: barry.oprey@lyreco.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Banner Group Limited
K House
Sheffield
S9 1XU
UK
Telephone: +44 8435383311
E-mail: bids@bbanner.co.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Galgorm Hygiene
7 Corbally Road
Ballymena
BT42 1JQ
UK
Telephone: +44 2825643211
E-mail: nikitta.andrew@galgormgroup.com
Fax: +44 2825647614
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 4 455 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This Framework Agreement will be 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), 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-educationfe-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 this Framework. A further competition may be commissioned during the Framework Agreement term for additional Paper Hygiene Products. Any further mini competitions for Competed Goods will be run with all Contractors appointed to the Framework Agreement irrespective of the Lot they are awarded. (Unless. otherwise excluded through poor performance). Once awarded, the Competed Goods shall form part of the Standard Goods which the successful Framework Agreement Provider is eligible to provide under the terms of this Framework Agreement for the duration of the Framework Agreement. The Successful Contractor(s) performance on this Framework Agreement will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). Contractors not delivering on Framework agreement requirements is a serious matter. It means the public purse is not getting value for money. 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 within the Education Authority (EA) for further action. If this occurs and their 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 which may result in the termination of the Framework Agreement. 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. The 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 EA has included Social Considerations Clauses within the Framework. These can be found at Point 19 Social Value Considerations of document 2. FMM-23-007 Specification 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 goods, referred to are indicative only and shall not be binding on the Client. 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(s) in respect of any part(s) of the goods or supplies 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.
VI.4) Procedures for review
VI.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
UK
VI.5) Date of dispatch of this notice
01/07/2024