Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Education Authority NI
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.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 to the abovementioned address
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
FAE-23-014 Servicing and Repair of Folding Dining Tables
Reference number: FAE-23-014
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
FAE-23-014 Servicing and Repair of Folding Dining Tables
II.1.5) Estimated total value
Value excluding VAT:
724 200.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - SICO
II.2.2) Additional CPV code(s)
39143210
50850000
39160000
39141000
II.2.3) Place of performance
NUTS code:
UK
UKN
Main site or place of performance:
Various sites throughout N Ireland
II.2.4) Description of the procurement
FAE-23-014 Servicing and Repair of Folding Dining Tables
II.2.5) Award criteria
Criteria below:
Quality criterion: Delivery of Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 90
II.2.6) Estimated value
Value excluding VAT:
681 600.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This Contract has the option to extend for any period(s) up to 24 months.
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:
This Contract has the option to extend for any period(s) up to 24 months.
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: £368,640 to £681,600, excluding VAT for Lot 1. Tenderers may bid for one or more lots. For the avoidance of doubt there is no limit to the number of lots a Supplier can bid for. The value has been calculated on the basis of a five year period and includes contingency for higher demand during the period of the Contract, for all Clients. There is no commitment as to the usage volume or value of orders required under this Contract.
Lot No: 2
II.2.1) Title
Lot 2 - Spaceright
II.2.2) Additional CPV code(s)
39143210
50850000
39160000
39141000
II.2.3) Place of performance
NUTS code:
UK
UKN
Main site or place of performance:
Various locations throughout N Ireland.
II.2.4) Description of the procurement
FAE-23-014 Servicing and Repair of Folding Dining Tables
II.2.5) Award criteria
Criteria below:
Quality criterion: Delivery of Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 90
II.2.6) Estimated value
Value excluding VAT:
42 600.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This Contract has the option to extend for any period(s) up to 24 months.
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:
This Contract has the option to extend for any period(s) up to 24 months.
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: £15,360 to £42,600, excluding VAT for Lot 2. Tenderers may bid for one or more lots. For the avoidance of doubt there is no limit to the number of lots a Supplier can bid for. The value has been calculated on the basis of a five year period and includes contingency for higher demand during the period of the Contract, for all Clients. There is no commitment as to the usage volume or value of orders required under this Contract.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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 000-009252
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/09/2024
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:
28/01/2025
IV.2.7) Conditions for opening of tenders
Date:
30/09/2024
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
This Contract 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 School 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 Contract. The Successful Contractor(s) performance on this Contract 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 Contract 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 Contract. 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 with the Contract document 4.FAE-23-014 Services (Contract) Commercial Conditions, Schedule 4 - 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 contract, 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 orders 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 reserves the right not to award all of part of this Contract. 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) a Contract in respect of any part(s) of the services covered by this notice; and (IV) to award the Contract 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.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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
VI.5) Date of dispatch of this notice
30/08/2024