Contract notice
Section I: Contracting
authority
I.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
UK
E-mail: catering.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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
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
CAT-24-001 Equipment for food holding, preparation and transport
Reference number: CAT-24-001
II.1.2) Main CPV code
42210000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.
II.1.5) Estimated total value
Value excluding VAT:
5 450 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units
II.2.2) Additional CPV code(s)
42215000
42215100
42215200
39711211
39711210
39711200
39711000
39710000
39700000
39310000
39312100
39312200
39312000
39000000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 500 000.00
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:
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
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:
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
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 Client cannot guarantee any particular level of business within the Contract. Any. information on previous volumes or value of business are for guidance only and no guarantee. is given as to the exact value under this Contract. Any levels, or aggregate values of goods,. referred to are indicative only and shall not be binding on the Client. The EA reserves the right to move value between the Lots as required, however, the overarching value will not exceed £5,450,000.
Lot No: 2
II.2.1) Title
Lot 2 Food Preparation Equipment
II.2.2) Additional CPV code(s)
42215000
42215100
42215200
39711211
39711210
39711200
39711000
39710000
39700000
39310000
39312100
39312200
39312000
39000000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
450 000.00
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:
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
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:
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
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 Client cannot guarantee any particular level of business within the Contract. Any. information on previous volumes or value of business are for guidance only and no guarantee. is given as to the exact value under this Contract. Any levels, or aggregate values of goods,. referred to are indicative only and shall not be binding on the Client. The EA reserves the right to move value between the Lots as required, however, the overarching value will not exceed £5,450,000.
Lot No: 3
II.2.1) Title
Lot 3 Food Transport Equipment
II.2.2) Additional CPV code(s)
42215000
42215100
42215200
39711211
39711210
39711200
39711000
39710000
39700000
39310000
39312100
39312200
39312000
39000000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Client intends to establish a Framework Agreement for the supply and delivery of equipment for food holding, preparation and transport. The Framework is divided into three Lots as follows: • Lot 1 Bain Maries, Hot Cupboards, Merchandiser Display Units and Modular Counter Units • Lot 2 Food Preparation Equipment • Lot 3 Food Transport Equipment A maximum of three Contractors will be awarded a place on each Lot. EA reserves the right to add additional products to the list provided for each Lot as required over the lifetime of the Framework.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 500 000.00
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:
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
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:
The Framework Agreement will be valid for an initial period of 2 years from the Commencement Date with two further options of 12-month extension periods.
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 Client cannot guarantee any particular level of business within the Contract. Any. information on previous volumes or value of business are for guidance only and no guarantee. is given as to the exact value under this Contract. Any levels, or aggregate values of goods,. referred to are indicative only and shall not be binding on the Client. The EA reserves the right to move value between the Lots as required, however, the overarching value will not exceed £5,450,000.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per Tender Documents
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 with several operators.
Envisaged maximum number of participants to the framework agreement: 9
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/08/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
13/11/2024
IV.2.7) Conditions for opening of tenders
Date:
15/08/2024
Local time: 15:30
Information about authorised persons and opening procedure:
Only EA CPS staff with access to the CfT
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) 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 Framework these bodies may wish to utilise the agreement 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.. . https://www.education-ni.gov.uk/services/schools-plus. 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 on-site at all of these schools, and Controlled Youth Centres. . . https://www.nidirect.gov.uk/contacts/further-education-fe-colleges. Further Education Colleges in NI . . https://www.nicie.org/parents/school-finder/. Grant Controlled Integrated Education Schools in NI. . https://www.isc.co.uk/schools/northern-ireland/. Independent School in NI. . 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). 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 supplies covered by this notice.
VI.4) Procedures for review
VI.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.
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; a
UK
VI.5) Date of dispatch of this notice
16/07/2024