The procurement documents are available for unrestricted and full direct access, free of charge at:
II.1.1) Title
FMM-23-002 The Education Authority Term Service Short Contract for the Provision of Building - Response, Planned Maintenance and Minor Works Lots 1, 2 and 3
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.1.4) Short description
The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 areas of Derry and Strabane. Lot 2 Building: 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 Belfast Lot 3 Building: 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 areas of Fermanagh and Omagh.
II.1.5) Estimated total value
Value excluding VAT:
80 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
Lot No: 1
II.2.1) Title
Lot 1 Building maintenance service works (Area North) (Council Areas Derry and Strabane)
II.2.2) Additional CPV code(s)
45300000
45453100
45000000
45214000
45260000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 areas of Derry and Strabane. Lot 2 Building: 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 Belfast Lot 3 Building: 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 areas of Fermanagh and Omagh.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Cost criterion: Price
/ Weighting: 70
II.2.6) Estimated value
Value excluding VAT:
16 000 000.00
GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
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
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 £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.
Lot No: 2
II.2.1) Title
Lot 2 Building maintenance service works (Area East) (Council Area Belfast)
II.2.2) Additional CPV code(s)
45300000
45453100
45000000
45214000
45260000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 areas of Derry and Strabane. Lot 2 Building: 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 Belfast Lot 3 Building: 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 areas of Fermanagh and Omagh.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Cost criterion: Price
/ Weighting: 70
II.2.6) Estimated value
Value excluding VAT:
40 000 000.00
GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
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
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 £40,000,000. (ex VAT) and £48,000,000 (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.
Lot No: 3
II.2.1) Title
Lot 3 Building maintenance service works (Area South West) (Council Areas Fermanagh and Omagh)
II.2.2) Additional CPV code(s)
45300000
45453100
45000000
45214000
45260000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Measured Term Service Short Contract for the Provision of Building: Response, Planned Maintenance and Minor Works Lots 1, 2 and 3. Works / Services include the following Core Skill Disciplines: Building Works, Asbestos Services 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 Building: 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 areas of Derry and Strabane. Lot 2 Building: 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 Belfast Lot 3 Building: 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 areas of Fermanagh and Omagh.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Cost criterion: Price
/ Weighting: 70
II.2.6) Estimated value
Value excluding VAT:
24 000 000.00
GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
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
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.
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 £80,000,000 (ex vAT) and £96,000,000 (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.